Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

D -- Trade Adjustment Assistance for Farmers - Word Copy of Solicitation

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Agriculture, Farm Service Agency, Acquisition Management Division, Contracts Operations Branch, 1280 Maryland Avenue, SW, Portals Bldg., Room 508A, Washington, District of Columbia, 20250-0567
 
ZIP Code
20250-0567
 
Solicitation Number
AG-3151-S-09-PSCAO-4
 
Archive Date
10/1/2009
 
Point of Contact
MeChelle Dickey, Phone: 202-205-2835
 
E-Mail Address
mechelle.dickey@wdc.usda.gov
(mechelle.dickey@wdc.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Word Copy of Solicitation attached Trade Adjustment Assistance for Farmers (TAAF) PSCAO-2009-04 September 12, 2009 FOR SOLICITATION INFORMATION:Mechelle Dickey at (202) 205-2835, Mechelle.Dickey@wdc.usda.gov OFFER DUE DATE/LOCAL TIME:September 17, 2009 COB 3:00 p.m. EST See Section L.4 for delivery instructions. Recommended express delivery carrier is FedEx. FAST Task Order – Functional Area 5: Custom Software Design, Development, Implementation and Integration Services – Full and Open to all FAST Contractors. Solicitation/Contract Form A.1Line Item Detail for Form A.1.1Trade Adjustment Assistance for Farmers (TAAF) Systems and Development Maintenance Support, PSCAO-2009-04 A.1.2Technical Point of Contact – Paula Steen (816-926-1380) BServices/Supplies and Prices/Costs B.1Firm Fixed Price B.1.1 This is a Firm Fixed Price Award/Incentive Fee Performance Completion Contract with a 12 month Base period and four 12 month option period. This contract shall not to exceed five (5) years and the option period(s) may or may not be exercised at the Federal Government’s discretion. B.1.1The ceiling for the entire Contract is [To Be Determined] B.1.2The firm fixed price for the base year is [To Be Determined] B.1.3The firm fixed price for the option years are as follows: Option 1[To Be Determined] Option 2[To Be Determined] Option 3[To Be Determined] Option 4[To Be Determined] CPerformance Work Statement C.1Background and Objective The USDA and specifically, the Commodity Credit Corporation (CCC), via the Farm Service Agency (FSA) in coordination with the Foreign Agriculture Service (FAS), is mandated by Congress to manage the Trade Adjustment Assistance for Farmers (TAAF) program as set forth in the 2008 Farm Bill as well as other legislation and regulations. C.1.1 Work performed under this contract will consist of high priority tasks necessary to support TAAF with Project Management, requirements definition, risk analysis, system analysis and design, construction, testing, certification and production support, and maintenance. The Offeror shall use Information Technology Services Division’s (ITSD) standards in all phases of the Information Technology development process. The Offeror shall perform web development using Project Management and a Rapid Development process similar to the Agile methodology to schedule and control all phases of development. The Offeror shall provide user support via Offeror developed User Guides, operational support, research, and troubleshooting for the TAAF. The Offeror shall perform maintenance work on the TAAF management system as required in order to comply with changes in applicable legislated and policy requirements. Work will be prioritized and assigned to the Offeror by the COTR via requirements issued by Price Support Division and issued to the Offeror. C.2 Trade Adjustment Assistance for Farmers (TAAF) Functions C.2.1 The TAAF functions, performed by users from the Foreign Agriculture Service, Farm Service Agency, State and County Offices, and the Cooperative State Research, Education, and Extension Service (CSREES) will be supported by the web-based TAAF application. TAAF operations include capturing Petition information; capturing Producer Applications; capturing CSREES updates; processing system data; processing resulting payment requests; interfacing to other internal systems; and providing customer generated reporting and inquiry capabilities. C.2.2 The TAAF system will also provide users with consistent up-to-date information for use in completing their specific missions. The overall operation involves software programs running continuously, daily, monthly, annually, and on an as needed basis. C.2.3 TAAF users will access the application through the Internet and USDA Intranet. The TAAF will utilize the JRun Application Server running under the Windows Server 2003 operating system. C.2.4 Functions of the TAAF system include, but are not limited to, the following: • Record Commodity Petition information from form FAS-930 • Record Commodity Petition status updates • Record Producer Application information in accordance with form FSA-229 • Record Producer Application status updates • Record travel reimbursement information from form FSA-232 • Create Producer Disapproval Notification Letter(s) • Capture Congressional District determination • Establish Obligations, Obligation Adjustments, and De-Obligations • Record CSREES information for Producer Applications • Record FAS approval/disapproval for Producer Applications • Submitting Payment Requests to the National Payment System (NPS) • Retaining confirmation information from NPS on Payment Requests • Providing a Payment Corrections Process • Canceling of a Payment Request or a Payment • National factoring of payments if determined necessary • Limiting payments based upon DCP and ACRE system information • General reporting capabilities • Ad hoc reporting capabilities • User authentication • Role based access by the following users: • FSA County Office Employees • FSA State Office Employees • FSA National Office Employees • FAS Designated Employees • CSREES trainers C.2 Scope of Objectives C.2.1 The Offeror shall provide resources under this Contract to support the following activities: • TAAF Requirements Definition • Risk assessment • Project management • Analysis and Design • Construction and testing • Support for Certification • Support for Production issues • Maintenance of TAAF • Development and maintenance of security documentation to support Certification & Accreditation (C&A) as well as Disaster Recovery (DR) requirements of TAAF C.2.2The Objectives of this contract is to provide: C.2.2.1 Direct services such as business requirements analysis; software engineering; system development; system unit, integration and load testing; installation and implementation support; operations support; information management application development; user guide development, maintenance and support; and system maintenance. C.2.2.2 Support and resources for special projects such as impact analysis, research, training material development, automation studies, and written reports shall also be required. C.2.2.3 Technical support for audits, security requirements, disaster recovery exercises, special reporting requests (including those required by the Federal Funding Accountability & Transparency Act), as well as other oversight activities (including OMB A-123 requirements) C.2.2.4 Provide day-to-day system maintenance support to include system monitoring, system analysis, documentation, software maintenance, testing, installation, and software development for TAAF. C.2.2.5 Conduct database and connectivity related testing of systems software. C.2.2.6 Provide technical support, as required, to the Application Support Group commonly referred to as the National Help Desk. C.2.2.7 Develop software and other work products in accordance with applicable agency and department standards, including, but not limited to, Section 508 of the Workforce Investment Act of 1998, the FSA System Development Lifecycle (SDLC), and the FSA Change Management Process C.3 Contract Type C.3.1 This Contract is Firm Fixed Price Award/Incentive Fee Performance Completion Contract. C.4 Description of Tasks and Deliverables C.4.1 CLIN 0001 – Conduct a Startup Briefing C.4.1.1 Within one week of Contract award, the Offeror shall conduct a startup meeting with the Government if the Government so requests. The Offeror shall NOT prepare an elaborate briefing nor is it required that the Offeror expend significant resources for this task. The intent of this briefing is to initiate the communication process between the Government and the Offeror by introducing key participants and explaining their roles, reviewing communication ground rules, and assuring a common understanding of the Contract requirements and objectives. The briefing shall be held at the Government’s facility. Both parties shall agree to the date and time. The result of this briefing shall include the following: • Government and Offeror personnel working under this Contract shall be introduced. • The Government will show the Offeror the applicable facilities. • The Government will provide to the Offeror, the agreed to Government Furnished Property at this time. Refer to Contract Section H.6.3 in its entirety. • Any issues concerning the Minimum Background Investigation for Offeror employees shall be discussed. • The Offeror shall demonstrate confirmation of their understanding of the work to be accomplished under this SOW. All Government and Offeror expectations shall be addressed and discussed. Results shall be documented by the Offeror and submitted to the Government within two (2) days of the completion of the briefing. C.4.2 CLIN 0002 - Description of Maintenance and Development Efforts The Offeror shall provide object oriented analysis, design, construction, problem resolution, and implementation support to include development of web services, API’s, etc. to satisfy interfacing application needs for data maintained by this application. FSA has adopted a software engineering approach, based on object-oriented methodology, design patterns, and layered application architecture. The System Development Life Cycle (SDLC) addresses these standards and applies to work conducted as part of this Contract. Copies will be provided upon request. All Java applications shall be maintained following this engineering approach. C.4.2.1 CLIN 0002 Element 1 - Conduct Software Requirements Analysis for All Tasks The Contractor shall perform an analysis of the requirements of the task identified in the Contract. Included in this analysis will be a review of the prior system to accomplish the identified task for maximum effectiveness and efficiency of any functionality. Documents supporting the Analysis phases will comply with FSA standards. C.4.2.2 CLIN 0002 Element 2 - Risk Assessment The Contractor shall conduct a risk assessment of tasks specified by the Government to identify risks associated with the analysis, construction, and deployment of the application. Included in the risk assessment will be strategies for mitigating or avoiding risks and contingency plans for handling risk situations. C.4.2.3 CLIN 0002 Element 3 – Design Application and Documentation The Contractor shall provide detailed design documents according to the SDLC and as directed by the COTR in the Work Definitions. C.4.2.4 CLIN 0002 Element 4 - Code Applications According To Requirements and Standards The Contractor shall make necessary code and data changes following FSA development standards as outlined in the SDLC; where appropriate, additional FSA standards may be identified. Modifications made to the application will be accomplished following FSA standards. The Contractor will be responsible for all work products identified in the SDLC as detailed in the Work Definition. The Contractor shall write or modify all programs using Java object oriented programming techniques as defined by J2EE standards. C.4.2.5 CLIN 0002 Element 5 - Conduct Unit, Integration and System Testing The Contractor shall be responsible for unit, integration, and system testing all changes or enhancements made to the applications as a result of completing the Contract. This is to include use of automated testing and test scripts to validate regression testing to ensure other areas of the application are not affected by the changes. Test results shall be reviewed to determine that requirements have been satisfied and that no changes have been inadvertently made to existing functionality. C.4.2.6 CLIN 0002 Element 6 - Provide Acceptance Test and Production Support Contractor support is needed to resolve production problems identified during the routine operation of the applications. These may include the need to address performance related incidents. The Contractor shall be responsible for the research and resolution of problems identified as a result of production processing or acceptance testing of the applications. In addition responsibility also includes, construction of real world testing scenarios and conducting stress testing of applications and performance analysis of testing results. These problems may include improperly functioning code and/or incorrectly implemented requirements. C.4.2.7 CLIN 0003 Element 1- Project Management Contractor shall develop both high level and detailed project plans and ensure quality control measures are implemented for work assigned under this Contract. The Contractor will identify all dependencies in this plan and record all unanticipated impacts throughout the life of the project. The project plans shall include work breakdown structures, effort estimation, estimation basis, project baselines, project actuals, and detailed work plans. In conjunction with the Project Plan, a Feature Backlog and a Release Backlog shall be created and maintained for the life of the project. The backlogs shall include a list of all features to be considered for development, features selected for each release, and estimated chunks required for delivery to the Testing and Certification Office (TCO). C.4.2.8 CLIN 0003 Element 2 - Work Deliverable Deliverables will be developed by the COTR and are used when making task assignments to the technical staff and Contractor personnel. These Deliverables are prepared for each individual task within a project. The Deliverable’s should provide: • A general description of the work • A list of completion criteria and deliverables • The system environment in which the work is to be done • An estimate of the resource requirements for the work • The estimate of the complexity of the work • The priority of the work • Prerequisite work IDs • The target date for completion of the work • The name of the Contracting Officer’s Technical Representative for the work • The completion date of the WD C.4.2.9 CLIN 0003 Element 3 - Knowledge Transfer In addition, the Contractor may be tasked to provide ongoing communication and skills transfer to lesser experienced Government personnel when providing the various levels of support described above using methodologies, development and utility tools that include, but are not limited to: •Object Oriented Analysis and Design •Agile and Test Driven Development •Rational Rose •Rational Software Architect (RSA) version 6.0 and subsequent versions •Eclipse •JBoss •Ant •Microsoft SQL 2000 and 2005 Enterprise Server •Microsoft Internet Explorer Browser versions 4.0 and later •SOAP Technologies •XML •Java (J2EE) •WebSphere Application Server 6.1 and subsequent versions as used •Secure Socket Layer (SSL) •STRUTS & TILES •Jasper Reports & iText C.5Travel All work shall be performed on site in Kansas City, Missouri. C.5.1No travel is anticipated under this Contract at this time. The duty station for work under this Contract is Kansas City, Missouri. Transportation to and from Kansas City will be at the Contractor’s expense. For performance of the work called for by this Contract, the cost of travel, food, lodging, etc., for the Kansas City duty station, shall not be an allowable cost under this Contract. C.6Reports C.6.1For this Firm Fixed Price contract, the following reports are to be submitted.. C.6.2Contract Status Report C.6.2.1For this Firm Fixed Price contract a status report must include, but is not limited to, the following information: •Employee(s) responsible for the task assignment •Status of task assignment (any on hold, completed during the period and percentage of total hours for completion for task assignments in progress) •Time expended by labor category for employees on each task assignment. C.6.3Feature Backlog C.6.3.1In conjunction with the Project Schedule, the Contractor shall maintain a Feature Backlog. For all features, a Feature Backlog shall be created and agreed upon between the Government and Contractor. The Feature Backlog shall be discussed at each sprint/release meeting. The frequency for this meeting will be determined by the designated COTR. C.6.4Release Backlog C.6.4.1In conjunction with the Feature Backlog, the Contractor shall maintain a Release Backlog. For each anticipated release of developed features, a Release Backlog shall be created and agreed upon between the Government and Contractor. The Release Backlog shall be discussed at each sprint/release meeting. The frequency for this meeting will be determined by the designated COTR. C.7Government Furnished C.7.1Property C.7.1.1For work to be performed on the Government’s site, the Contractor will be provided office work space, office automation equipment, telephones, office supplies and furnishings for Contractor personnel unless authorized by the CO to deviate from this requirement. C.7.2Resources C.7.2.1The Government may provide data processing/telecommunications specialist personnel to assist and interface with Contractor personnel, as the Government may deem necessary. C.7.3Equipment C.7.3.1The Government will provide certain data processing ADP equipment and software, as it may deem necessary, to the Contractor for the exclusive purpose of performing the services as defined in this Contract. C.7.4Documentation C.7.4.1The Government will provide certain documentation as required for the exclusive purpose of performing the services as defined in this Contract. •Handbooks 7-CN, 21-CN, and 22-CN. •FSA Technical Information Advisory documents •FSA System Development Life-Cycle (SDLC) documentation •O ther policy, procedural, or technical documentation as the Government may deem necessary in order to conduct work under this contract C.8Data Rights C.8.1The Government shall retain all rights to data, software and documentation associated with and delivered under this Contract. C.9Skills Requirement and Key Personnel C.9.1Required knowledge and experience •Unit, Integration and System Testing •JAVA (J2EE) Object Oriented Analysis & Design including, Sequence diagrams, and Class diagrams •Integrated Development environments (Rational Suite, etc) •Unified Modeling Language UML •Rapid Development/Test Driven Development (RD/TDD) including backlog and velocity reporting •Automated builds and testing (JUnit, Maven, Hudson, etc) •Microsoft Project •Adobe JRUN Application Server •Endeavor •Rational ClearCase and ClearQuest •Eclipse, JBoss, Ant •Microsoft SQL 2000 and 2005 Enterprise Server including the use of stored procedures, triggers, DTS, and SSIS •Microsoft Internet Explorer Browser versions 4.0 and later •WebSphere Application Server 6.1 and subsequent versions as used •STRUTS & TILES •Knowledge of o SOAP Technologies o XML o Secure Socket Layer (SSL) o the Use of workstation tools o JavaScript o Web Services o Jasper Reports & iText C.9.2 Other Skills This Contractor shall also have experience with various COTS software such as Microsoft Office Suite), Microsoft IE, Netscape, and other widely utilized web browsers. The Contract also requires experience in responding to trouble calls and problem resolution. C.9.3 Substitution The “Substitution of Task Key Personnel” Clause, Special provision H.3.5 of the Contract, is applicable to this Contract. Contractor employees designated as Key Personnel under this Contract are listed as follows: •Project Lead •Senior System Architect •Senior IT Specialist C.10FSA Identification Badges C.10.1Security C.10.1.1FSA has specific building security requirements that must be followed to obtain access. For access to the 6501 Beacon building in Kansas City the following applies: C.10.1.2Each Contractor employee must have a badge from the Government. The badge will serve to authorize the wearer to enter and leave the security area. C.10.1.3To comply with the Federal Protective Service requirements all Contractor employees are required to comply with the Homeland Security (HSPD-12) and FSA security requirements. Once clearances are received, the COR/COTR will be notified so the proper Contractor personnel can start work as soon as possible. DPackaging and Marking (not applicable) EInspection and Acceptance •Inspection shall be at the place of performance •Accuracy – Deliverables shall be accurate in presentation, technical content, and adherence to accepted elements of style. •Clarity – Deliverables shall be clear and concise; engineering terms shall be used, as appropriate. All diagrams shall be easy to understand and relevant to the supporting narrative. •Specification Validity – All Deliverables must satisfy the requirements of the Government as specified herein. •File Editing – All text and diagrammatic files shall be editable by the Government. •Format – Deliverables shall be submitted in hard copy (where applicable) and in media defined in the SOO. The Deliverable format may change from Sub-task to Sub-task. Hardcopy formats shall follow contract requirements. •Timeliness – Deliverables shall be submitted on or before the due date specified in the Schedule of Deliverables Section of this SOO or submitted in accordance with a later scheduled date established by the Contracting Officer. E.1 Performance Criteria Tasks/Standards/Performance Requirement/or Maximum Error Rate (MER)/ Inspection Method C4.2.1 thru The Contractor develops a project plan consisting of an outline-based work C4.2.9 breakdown structure, estimated resource requirements, a responsibility assignment matrix, and a network diagram showing task sequence as required by scope of work. The work breakdown structure of the plan has tasks and resources identified that are realistic and achievable. The network diagram has the critical path clearly marked. The deliverables meet deliverable due dates specified in requirements. 100% review. C4.2.1 thru Written progress reports are prepared with actions listed that are C4.2.9 being used to mitigate schedule slippage and/or initiate contingency responses. A recalculated project plan is attached. Estimated task duration is within a 15% tolerance. The project plan is recalculated and the network diagram displays the critical path. Progress reports are received on the due date. 100% review. C4.2.1 thru Meets or exceeds the applicable application design standards C4.2.9A maximum of 1 defect per 5 screen formats based on pre-testing requirements from standards. Random sampling. COTR or designated analyst(s) will verify and validate that Contractor product matches standards and procedures. C4.2.1 thru Implements screen design set forth in user requirements and C4.2.9 design document. Five (5) or fewer unapproved design changes discovered in review process. 100% inspection. COTR or designated analyst(s) will verify and validate the Contractor product matches standards and procedures. C4.2.1 thruTest scenarios produce the same results as requested in the C4.2.9 requirements. No more than 5% Critical or Major defect rate in software deliverable. Deliverable received on scheduled due date. Defects are defined as: Critical - System failure, abnormal aborts, data conversion issues the application cannot continue to be tested Major – The application can continue with a work around or performance issues. Average - Data presentation, navigation, or user interface, typos. Minor - Help text. C4.2.1 thru Application provides the user with functionality determined in the C4.2.9 user requirements. The new system is found to have no Critical or Major defects, not more than five (5) Average defects and not more than ten (10) Minor defects All defect reports given to Contractor are fixed or resolved by the end of testing period. Delivered system performs as addressed in requirements.Defects are defined as: Critical - System failure, abnormal aborts, data conversion issues the application cannot continue to be tested Major – The application can continue with a work around or performance issues. Average - Data presentation, navigation, or user interface, typos. Minor - Help text. C4.2.1 thru Contractor is available to support acceptance testing and Beta C4.2.9 testing periods. Contractor returns telephone calls/in-person requests to Government within 2 hours between 8 AM - 4:30 PM CST. The Contractor provides software corrections for all defects. Customer input measured through limited surveying of government project personnel and complaints recorded by COTR. C4.2.1 thru Document format is consistent with agreements documented between C4.2.9 Contractor and COTR. A maximum of 5 uncoordinated inconsistencies noted from preliminary desig walk-through. No more than 5 inoperability problems encountered by users. Random sampling. C4.2.1 thru The Contractor shall conduct an oral project debriefing following the C4.2.9 implementation of the system. All handouts or slide projects contain content legends. Presentation level commensurate with audience. Random sampling. Customer satisfaction as measured through limited validated post session survey. C4.2.1 thru Thoroughness and accuracy of data. Reports are delivered on schedule. C4.2.9 Accurate reporting of work-in-progress status and problems encountered. COTR and TPO review of facts and schedules. E.3Incentives E.3.1In the event the Contractor fails to meet the minimum performance requirement or MER criteria as specified above, the Government will require the following: If the Contractor fails to meet the minimum response criteria more than two (2) times in a quarter.5% will be deducted weekly until performance criteria are met. If Contractor exceeds the minimum response criteria for all tasks by 3% associated with a deliverable, then the Contractor will receive a very good or above performance evaluation for the deliverable which will be reflected in their overall rating. As part of the past performance evaluation of this and future contracts special attention will be paid to the Contractor’s initiative and ability to suggest and implement costs savings and efficiencies E.4Quality Control E.4.1Quality Control Plan E.4.1.1The Offeror shall submit as part of their proposal, a Quality Control Plan (QCP). In this plan, the Offeror shall address how, in partnership with the Government, project risk, project cost, and project scope will be managed and mitigated. Further the QCP shall address how preventative steps will be taken to mitigate risk and cost expansion. E.4.2Quality Control Implementation E.4.2.1The Contractor QCP shall be consisted with the Government requirement and performance measures. Issues, work and performance identify by the Government or via the Contractor’s quality control measures as less than satisfactory quality of work, or performance, schedules, shall be appropriately addressed at the contractor’s expense and without additional cost to the Government and measures must be taken to reduce the chances of the less than satisfactory work quality, performance happens again.. A monthly quality control report shall be submitted to the TPOC by 10 am of the first Wednesday of each month. FPerformance F.1Period of Performance F.1.1The period of performance for this contract is one (1) year after contract award with four (4) one-year options to be awarded at the Government’s discretion. F.2Place of performance The work shall be performed on site at: USDA/FSA 6501 Beacon Drive Kansas City, Missouri 64133 GContract Administration Data G.1Submission of Invoices G.1.1Invoices will be accepted on no more than a monthly basis as follows: G.1.2The invoice must be consistent to the CLIN and milestones indentified in the proposal. G.1.3Payments under this firm fixed price Contract will be made based on the completion of the requirements. G.2.Financial Report G.2.1The Offeror shall provide a detail financial report with each invoice. G.2.2Each Financial Report shall identify the CLIN, CLIN Title (or milestone), quantity, unit of issue, amount per unit of issue, total proposed cost, amount invoiced, cumulative amount invoiced, available funds still available G.2.2.1Note: No payment will be calculated based on the period of performance of the line item in question. G.2Work Deliverable Process Step 1: The COTR either generates or receives the deliverable, including completion criteria, for work to be performed on the contract. a.For FFP tasks - if the effort is already outlined in enough detail for performance in the contract a deliverable is not required. b.The CO determines the proposed period of performance; identifies deliverables that will be required; and the estimated labor assignment; identify the SOO reference paragraphs; and identify the task title. c.The COTR may, if considered appropriate, discuss with Contractor during this step. Action: The COTR sends the initial Deliverable to the CO for initial review. Step 2: The CO reviews the Deliverable, compares it to the contract document, and makes the determination that is adequate. a.SOO reference is considered appropriate. b.Deliverable is within the scope of the SOO. c.Confirms that no modification is required. d.If a modification is required, the modification must be completed before the additional work is assigned by the Contracting Officer in Step 5. Action: The CO sends the Task description to the Contractor’s established point of contact for a SOW. Step 3: The Contractor reviews the deliverable. The Contractor either a.Accepts the proposed/estimated information by copying the proposed/estimated information to the negotiated section b.Proposes a new amount or date by completing the negotiated section with adjusted information. c. In this case the Contractor should have a conversation with the CO before signing the deliverable to confirm the negotiation. Action: The Contractor signs the deliverable and sends it to the CO. Step 4: The CO reviews the negotiated information and confirms his/her agreement with any changes. Action: The CO signs the work definition and sends it to the Contractor. Step 5: The Contractor reviews the negotiated changes and confirms his/her agreement with any changes. Action: The CO signs the work definition and sends it to the COTR and the Contractor POC. Action: The electronic version of the deliverable will be maintained in shared location. It is anticipated that it will be maintained in SharePoint. Step 6: Work is performed. The Contractor completes the information on the deliverable. a.As deliverables are completed, the completion date on the deliverables checklist is completed. b.As deliverables are approved, the completion approval information is completed. c.The actual start and completion dates are completed. d.The actual labor assignment for LH is completed. Action: The Contractor POC signs and submits the completed deliverables for completion review to the COTR. Step 7: The COTR reviews the completed deliverable and, if necessary, works with the Contractor to make any necessary adjustments. The labor hours are tracked for labor hour contracts. Action: The COTR signs and submits the completed deliverable(s) for completion review to the CO. Step 8: The CO reviews the completed deliverable (s). Action: The CO signs the completed deliverable (s). The original is filed in the contract file. Copies are provided to the COTR and Contractor. HSpecial Contract Requirements H.1Key Personnel H.1.1Contractor employees designated as Key Personnel under this contract are listed as follows: •Project leader •Senior System Architect •Senior IT Specialist H.1.2The Contractor shall submit a resume in the format in Attachment #1 for each proposed person to be assigned to a Key Personnel position listed above. The Offeror shall demonstrate that their proposed key personnel meet the required experience. A statement of commitment from each individual is required. All employees must meet minimum security requirements. H.1.3After award, all key personnel resumes and any key personnel changes must have the Contracting Officer’s approval. Therefore, all key personnel resumes must be reviewed and approved prior to new key personnel beginning work on this contract. H.2Background Checks H.2.1New information is coming that will be inserted here. IContract Clauses N/A JList of Attachments J.1Attachments Attachment 1: Resume Format for Key Personnel KRepresentations, Certifications, and Other Statement of Offerors or Respondents K.1Incorporation by Reference The Representations, Certifications, and Other Statements from the base contract are incorporated by reference. LInstructions, Conditions and Notices to Offerors L.1Type of Contract The Government contemplates a Firm Fixed Price Award/Incentive Fee Performance Completion Contract resulting from this solicitation. L.2Competition Parameters This Contract is open for competition to Farm Applications Services Technology (FAST) contractors selected under the [X] Small Business Set Aside solicitation (AG-645S-S-08-0001), the [X] Service Disabled Veteran Owned Small Business Set Aside solicitation (AG-645S-S-08-0002), and [X] the Full and Open Competition solicitation (AG-645S-S-08-0003). L.3Notice of Exceptions to Solicitation Requirements L.3.1In compliance with the requirement of this solicitation, offers shall make an affirmative statement in the cover letter of their proposal indicating that no exceptions to the solicitation have been taken. If the Offeror takes exception to any of the terms, conditions, clauses, etc., each exception shall be identified in the cover letter and cross-referenced to the specific place it appears in the solicitation. L.3.2All deviations, exceptions or conditional assumptions taken with respect to the technical proposal instructions or requirements must be supported by sufficient rationale to justify further evaluation. Also, the benefit to the Government shall be explained for each exception or deviation taken, or conditional assumption made. Such exceptions, deviations or conditional assumptions will not, of themselves, automatically cause a proposal to be deemed unacceptable. However, a large number of exceptions, or one or more significant exception not providing benefit to the Government may result in rejection of the offer as unacceptable. Proposals may also be determined unacceptable if award is made without discussions and the offer contains exceptions or deviations taken or conditional assumptions made with respect to the requirements of the solicitation. L.4General Instructions L.4.1Proposals submitted in response to this solicitation shall be formatted in accordance with the instructions provided in this section. L.4.2The following general instructions apply: L.4.2.1The proposals must be prepared as a single document. Price and technical information will be separate documents. L.4.2.2Clarity and completeness are of the utmost importance in each proposal. Complex or costly presentation is neither required nor desired. L.4.2.3 Address all aspects of the requirements. L.4.2.4 Offerors are expected to examine the entire solicitation document. Failure to do so will be at the Offeror’s own risk. L.4.2.5 Proposals shall set forth full, accurate, and complete information as required by this solicitation document (including any/all attachments, appendices, exhibits, etc.) The penalty for making false statements in proposals in prescribed in 18 U.S.C. 1001. L.4.2.6 One (1) original, two (2) hard copies and two (2) electronic copies (in PDF or MS Word) shall be provided. The electronic copies will be provided on a CD ROM, properly labeled with the Offeror name and Contract name, and one each securely attached to the original and copy one of the proposal (in a pocket). The original and copies will be identified on the cover page of the proposals L.4.2.7 Proposals will be sent to: Attn: MeChelle Dickey USDA – FSA - AMD 1280 Maryland Avenue SW, Suite 580A Washington, DC 20024 L.4.2.8Questions regarding this solicitation should be directed to Mechelle Dickey at the email address mechelle.dickey@wdc.usda.gov or (202) 205-2835 with a courtesy Copy sent to Quiana.Galloway@wdc,usda.gov. The response should be submitted no later than 3PM EST on Thursday, September 17, 2009. L.5Proposal Content L.5.1Proposals should be clear and complete without excess marketing information. Be specific, be clear, but be brief. The proposal shall clearly identify the proposed CLIN, deliverable, unit of issue, quantity, and due dates. Example (This is just an example for information"ONLY" and are not intended to suggest a requirement): CLINCLIN Title U/I QTY Deliverable Due Date XXX1Program Mgmt Monthly 12 Reports 1st Monday XXX2Quality Control Monthly 12 Activity 2nd Tuesday XXX3Phase 1:Design Lot 1 Designs 07-12-09 XXX4Phase 1:Analysis Lot 1 Findings 08-20-09 L.5.2The proposal must specifically address each of the evaluation factors set forth below. Failure to do so will render your proposal non-responsive. L.5.3The technical proposal is limited to twenty (20) pages and shall be submitted on standard 8.5 x 11” white paper. Not included in this ten pages but still limited are – the cover letter; the table of contents, index dividers, or the requested resumes. Resumes are limited to no more than FIVE (5) pages each. The price proposal is limited to no more than ten (10) pages. If the proposal exceeds these limits, at a minimum the pages in excess of this limitation will be removed and not considered. If removing these pages results in whole sections being lost, then the proposal will be considered non-responsive and will not be evaluated. The cover letter is limited to TWO (2) pages is not an executive summary and if what is received is considered to be an executive summary it will be included in the technical proposal page limitation. L.5.4No special binding or binders is required or desired, however the entire proposal with all pieces must be firmly secured together to allow review of the document while secured (i.e., staple, binder clip). Each page shall be numbered sequentially. All pages shall have a minimum of 1-inch margin on all sides. Each page will include in the footer or header section the Offeror’s name, any appropriate disclaimers, the page number, and the solicitation number. L.5.5Each table, figure, diagram, chart, drawing, or other material counts towards the page limitation and must be numbered sequentially. No foldouts are allowed. Limit graphics and diagrams to only those absolutely necessary. L.5.6Proposals shall be printed using a font no smaller than 11-point proportional type size similar to Arial or Times New Roman. Information not in this font will not be evaluated. L.5.7There shall be one blank horizontal line between paragraphs. If desired, paragraphs may be indented. L.6Technical Proposal L.6.1 Key Personnel (Resumes) L.6.1 The Offeror shall submit a resume for the key personnel identified in the Contract solicitation. The Offeror shall demonstrate that their proposed key personnel meet the required experience. A statement of commitment from each individual is required. All employees must meet minimum security requirements. L.6.1.2After award, all key personnel resumes and any key personnel changes must have the Contracting Officer’s approval. Therefore, all key personnel resumes must be reviewed and approved prior to new key personnel beginning work on this contract. L.6.2Staffing Plan L.6.2.1The proposal shall describe the staffing plan that will be used to ensure successful performance of the proposed effort. The staffing plan shall clearly demonstrate the staffing skills, levels, and hours associated with the CLIN and deliverable. The staffing plan need not repeat generic information contained in the base contract but should be specifically related to the effort on the Contract. The staffing plan should include how the Offeror proposes to staff the effort including labor categories, special skills, and whether or not staff members are already available or need to be recruited. If they need to be recruited, the proposal must include either a reference to the staffing plan from the base contract or any additional resources that will be brought to bear to ensure full staffing is available as needed. The proposal shall include a timeline demonstrating the staffing approach and staffing schedule. L.6.3Technical Approach L.6.3.1The proposal shall describe the technical approach including their proposed schedule and project plan to ensure successful performance of the proposed effort by CLIN. The proposal shall identify the CLIN, associated deliverables and milestones, and due dates and shall be consistent with the proposed staffing plan. The proposal shall clearly identify what deliverables will be provided in each contract year (period). L.6.3.2The proposal shall demonstrate the Offeror’s capabilities and methodology in supporting large mission critical, multi-platform systems and providing responsive, time-critical customer support and production problem resolution. L.6.3.3The Offeror’s program management, risk management and quality control approach to the work must be addressed. L.6.3.4The Offeror shall demonstrate their approach and process to the design, perform development, testing, and maintenance of web based platforms incorporating both on-line, and batch processing and supporting a variety of system interfaces, including, but not limited to, on-line web transactions, web services, batch transaction input via FTP, business to business transaction processing, MQSeries, CICS, etc. L.6.3.5Offeror’s ability and process to work with users as well as internal and external customers to define requirements and develop solutions to address legislated, regulatory, or policy requirements within a short timeframe while maintaining the existing system capabilities, including support for numerous complex interfaces with internal (FSA) and external (customer) systems. L.6.4Past Performance And Technical Expertise L.6.4.1The proposal shall provide past performance/experience directly related to the Contract effort. To be considered adequate similar experience, the Offeror must demonstrate experience in the areas identified in Section C. The size, scope and complexity of the reported relevant experience will be reviewed as a means of evaluating the credibility of the Offeror’s proposal and the relative capability of the Offeror. The past performance response shall include a description of how the Offeror’s past performance demonstrates their capability and capacity to perform tasks similar to the ones on this Contract. The response shall focus on the key requirements of the project, as well as the size, scope and complexity of the efforts, and relevance to the each area. L.6.4.2Examples must include the following information: •Name of contracting activity •Contract number •Contract type •Initial contract value and final contract value – Use current if project is active •Contract Work and relevance to tasks in Section C •Period of Performance •Initial Planned Completion date •Actual Completion Date – Use percentage complete if project is active •Name of contracting officer, telephone and fax number and email address •Name of customer’s program manager, telephone and fax number and email address L.6.4.3If Offeror is a large business, provide socio economic subcontractor goal percentages (percent of subcontracting) and actual percentages obtained – Use current progress if project is active. L.6.4.4The Offeror may use more than one project to demonstrate experience in the above but is limited to a total of three submittals within which to demonstrate this experience. Past performance must be current (completed and/or active with the past five (5) years) and the prime Offeror must have completed the effort themselves. Informal team member and subcontractor experience will not be evaluated. L.6.4.5Binding subcontractor agreements that are only subject to award of the task order must be provided for team references to evaluated and given equal weight as the prime contractor. If the ability to perform all or a portion of the work is supported solely on the subcontractor’s experience and abilities, use of this subcontractor will be incorporated into the task order and failure to use that subcontractor must be coordinated and an alternate plan approved by the Contracting Officer or the Contract may be terminated. * Note: It is the contractor’s responsibility to ensure that the agreement is included in the initial package. If the agreement is not included in the proposal, the subcontractor’s past performance will not be considered. L.7Cost/Price Proposal L.7.1The cost proposal will indicate the labor categories, hours proposed and any other direct costs allowed by the base contract. Labor categories from the base contract shall be used. Labor rates may not exceed those in the base contract for the period of performance proposed. Proposed use of additional labor categories must be fully supported and justified. L.7.2Historical Information The skill mix is estimated as follows. The estimated hours are provided for information “only” and are not intended to suggest a staffing requirement. Labor Category Hours (for one year’s effort) Project LeaderXXX hours Senior System Architect XXX hours Senior IT SpecialistXXX hours IT Specialist XXX hours L.7.3Cost/Price Proposal Instructions L.7.4The total technical hours including project management, on this project are estimated in accordance with the projected usage of this contract. The Offeror shall provide the proposed hours by CLIN. The Government will consider the value of each proposal in terms of the quality offered for the price. The Offeror may deviate from the total estimated technical support hours specified in the contract. Example (This is just an example for information "ONLY" and are not intended to suggest a requirement): CLINCLIN Title U/I QTYUnit Amount CLIN Amount XXX1Program Mgmt Monthly 12$20$240 XXX2Quality Control Monthly 12$40$480 XXX3Phase 1:Design Lot 1$150$150 XXX4Phase 1:Analysis Lot 1$75$75 L.7.5Each contract period will be summarized separately. L.7.6Submission Of Price Information L.7.6.1The price proposal shall consist of the labor, travel, and other direct costs of this Contract. L.7.6.2In an effort to receive the highest quality solution at the lowest possible price the government requests all available discounts on all materials and service offered by contractors for this requirement. Contractors are encouraged to offer discounts below contract. When discounts are offered, proposals must clearly identify both the contract and the discount price for each labor rate being discounted. L.7.6.3The price proposal will include the price schedule and breakdown for the prices proposed. The breakdown will provide the number of hours per labor category for each contract year by task similar to the example below. L.7.6.4The price proposal should provide the best price initially, as contractors may not be given the opportunity to revise their pricing. The price shall include the work and service for the tasks described in the Statement of Work. L.7.6.5Travel and Other Direct Costs will be itemized and will include a breakdown of the proposed amount. Travel costs are limited in accordance with the base contract. Proposed travel costs will include number of trips, destination and length of trip, number of traveler’s and a general breakdown of costs. Other Direct Costs, not including labor which must be listed under labor regardless of whether or not it is the prime or subcontractor’s labor, must be itemized and justified. L.7.7SAMPLE Quotes with Discounts Base Year Period of Performance [start date] – [end date] Labor Category HoursContract Rate Discount Rate SubtotalSavings Project Leader 30$103.30 $100.00 $3,000.00$99.00 Sr. IT Specialist 928$ 86.34 $ 84.95 $78,833.60$1,289.92 Jr. IT Specialist 30$ 66.34 $ 64.34 $59,707.52$150.00 Architect 30$ 75.00 $ 71.00 $2,100.00$150.00 Total $143,641.12$3,394.92 Include Option year pricing in the same format. MEvaluation Factors for Award M.1General M.1.1The Government is conducting this source selection in accordance with the competitive negotiation source selection procedures contained in Federal Acquisition Regulation (FAR), Part 15. M.1.2In accordance with FAR 52.215 1(f) the Government intends to award contracts to the responsible Offerors whose proposal represents the best value. Per FAR Part 2, best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. The Government will conduct the best value analysis using the factors listed in this section. In performing its best value analysis, the Government will compare any relevant differences among the evaluated proposals to determine which proposal offers the overall best value. This effort will include comparing the strengths, weaknesses and risks associated with each offer. M.1.3The Government intends to evaluate proposals and award contracts without discussions with Offerors except clarifications if necessary as described in FAR 15.306(a) and will evaluate each offer on the basis of the Offeror’s initial proposal. Therefore, the initial proposal should contain the Offerors’ best terms from a technical and cost/price standpoint. M.1.4When conducting the evaluation, the Government may use data included by Offerors in their proposals, as well as data obtained from other sources. Each Offeror is responsible for ensuring that the information provided is thorough, accurate, and complete. M.2Basis for Award M.2.1The Government will award contracts to the responsible Offerors whose proposals are the most advantageous to the Government, price and other factors considered. M.3Evaluation Factors M.3.1Statement of Work M.3.1.1The Statement of Work will be evaluated either technically acceptable or technically not acceptable. If the Statement of Work is deemed technically acceptable, then the proposal will be further evaluated. If the Statement of Work is deemed technically not acceptable, then the proposal will not be reviewed for further evaluation. M.3.2The selection decision will be based on the following factors: (a) Non-Price Factors: Factor 1: Key Personnel Factor 2: Staffing Plan Factor 3: Technical Approach Factor 4: Past Performance/Technical Expertise (b) Price and Other Factors: Factor 1: Exceptions and Deviations Factor 2: Cost/Price Proposal M.3.3 Order of Importance: Each non-price factor is more important than the price factor and together the non-price factors are significantly more important than the price factor. Factor 1 and Factor 2 are equal to one another and Factor 3 and Factor 4 are equal to one another. Factor 1 and Factor 2 are more important than either Factor 3 or Factor 4. M.3.3Factor 1: Key Personnel M.3.3.1The Government will evaluate the resumes of the Key Personnel proposed. Individual resumes will be evaluated against the requirements identified in the base contract and in the Statement of Work on their knowledge and past background, professional background, and work experience relevant to the requirements herein as well as their commitment and availability to the project. Experience and education that exceed the minimum position requirements such that it has a beneficial impact on the successful performance of the effort will receive a higher score. Submission of resumes that do not meet the minimum position requirements will result in an unacceptable rating. Resumes submitted that are not required by this solicitation will not be evaluated. M.3.4Factor 2: Staffing Plan M.3.4.1The Government will evaluate the Offeror’s staffing plan for understanding of the complexity of the effort proposed including needed labor categories and special skills. Emphasis will be placed on personnel currently available with the specific skills required for the effort proposed. M.3.4.2For large businesses use of small and small disadvantaged subcontractors will be evaluated. Large businesses are advised that they are required to work towards meeting the goals of their base contracts. M.3.5Factor 3: Technical Approach M.3.5.1The Government will evaluate the Offeror’s intent, technical capabilities and plans to achieve the Contract requirements in accordance with FSA standards and methodologies. This approach shall include Offeror’s capabilities and experience in supporting large mission critical, multi-platform systems; providing time critical customer support; performing effective production problem resolution; and proactive approach to ensure maximum system availability and data integrity. M.3.5.2The Government will evaluate the Offeror’s approach to the design, development, testing, and maintenance of web based platforms, incorporating both on-line, and batch processing as well as a variety of system interfaces, including, but not limited to, on-line web transactions, web services, batch transaction input via FTP, business to business transaction processing, etc. The Government will evaluate the Offeror’s knowledge of the content of the work in terms of its component activities, inputs and outputs, and interrelationships and interdependencies; ability to recognize the appropriate sequence and realistic duration of work activities; knowledge of appropriate types of resources required to perform the work and of their appropriate allocation to the work activities; familiarity with the difficulties, uncertainties, and risks associated with the work, and knowledge of the personnel qualifications necessary to perform the work. M.3.5.3The Government will evaluate the Offeror’s level of realism, and demonstrating to complete the requirement following FSA procedures. M.3.5.4The Government will evaluate the Offeror’s evidence that they have identified the key technical task areas that require technical assistance in implementation and guidance of the solution and will be evaluated as to appropriateness, comprehensiveness and technical soundness. M.3.5.5The Government will evaluate the Offeror’s quality control measure to consistently to the Government requirements, CLIN, tasks, and objectives. The Government will also evaluate how the Offeror intends to implement the quality control measures to reduce the chances of reoccurring issues. M.3.6Factor 4: Past Performance/Technical Expertise M.3.6.1The Government will evaluate the Offeror’s past performance to examine how the Offeror’s past performance demonstrates their capability and capacity to perform tasks similar to the ones on this Contract. The past performance evaluation will examine the Offeror’s actual performance on up to three (3) efforts. This review will focus on the size, scope and complexity of the efforts, and relevance. Responses that show relevance in fewer past performance examples will receive a higher score. M.3.6.2The Offeror shall indicate if it has no relevant past performance. A declaration of no past performance will result in a neutral rating. Submission of past performance examples that are considered to be non-relevant instead of a declaration of no past performance will result in a score lower than neutral. M.3.6.3The Government reserves the right to contact customers that you identify and solicit further information about your performance. The accuracy of the data, including contact information, is the full responsibility of the Offeror and inaccuracy may result in non-consideration of the reference. Other related past performance information may be sought and used for evaluating completeness and accuracy of the Offeror’s proposal. Past performance may be obtained from a variety of sources including other government contracting project managers, other government contracting activities reports and GAO Defense Procurement Fraud Information. Other related past performance information may be sought and used for evaluating completeness and accuracy of the Offeror’s proposals. Evaluators may consider performance on contracts not submitted by the Offeror if they have knowledge of contracts not listed or if contracts are discovered during interviews that were not listed. M.3.6.4The assessment of the Offeror’s performance will be used as one means of evaluating the credibility of the Offeror’s proposal and the relative capability of the Offeror. A record of marginal or unacceptable past performance may be considered an indication that the ability of the Offeror to perform the contract as proposed may be questionable. M.3.6.5A less than satisfactory effort on all of the Offeror’s Contracts under FAST combined may result in a reduction of points in this factor. M.3.7Cost/Price Proposal M.3.7.1The Government will review the Offeror’s proposal for cost realism, reasonableness, and understanding of the requirements. M.4Scoring M.4.1Capability rating standards focus on the strengths and deficiencies of the Offeror’s proposal. Capability shall be rated using the ratings listed in the table below. If an Offeror’s proposal demonstrates a material failure to meet a government requirement, this is a deficiency in the Offeror’s proposal resulting in an Unacceptable rating and the proposal is not awardable. RATING Outstanding DESCRIPTION Proposal greatly exceeds the Government’s minimum requirements. The proposal meets the fullest expectations of the Government by being very comprehensive, in-depth, clear, accurate, innovative, believable, and of the highest quality. Offeror’s proposed capability or proposed effort is of the highest quality and thoroughly justified or substantiated. Internal consistency and no incompatibility with other portions of proposed efforts. Proposal appears to exceed the fullest expectations of the Government by being very comprehensive, in-depth, clear, accurate, innovative, and believable. Proposal appears to have significant advantage(s) in meeting the requirements of the RFP. Very Good DESCRIPTION Proposal exceeds the Government’s minimum requirements with one or more strengths and no significant weaknesses. Offeror’s proposed capability or proposed effort is high quality and is well justified or substantiated. No or very minor inconsistencies or incompatibilities with other portions of proposed efforts. Proposal appears to meet the expectations of the Government by being comprehensive, in-depth, clear, accurate, innovative, and believable. Proposal appears to have advantage(s) in meeting the requirements of the RFP. Acceptable DESCRIPTION Proposal does meet the Government’s minimum requirements with no significant strengths or weaknesses. Offeror’s proposed capability or proposed effort is an acceptable level of quality and justified or substantiated. No significant inconsistencies or incompatibilities with other portions of the proposed efforts. Marginal DESCRIPTION Proposal does not meet some of the Government’s minimum requirements, requires susceptible improvement, and contains significant weaknesses. Offeror’s proposal fails to meet evaluation standards. Has a low probability of satisfying the requirements. Has significant weakness(es) that are correctable. Proposal does not appear to have any advantage(s) in meeting the requirements of the RFP and has significant disadvantage(s). Unsatisfactory DESCRIPTION Proposal does not meet the Government’s minimum requirements. The Offeror’s proposal lacks evidence of capability to perform proposed effort. Numerous major inconsistencies and significant disadvantages exist. Proposal has minimal or no chance of success. Neutral DESCRIPTION Proposal is neutral. Offer’s proposal has no evidence of relevant or similar past performance experience. Proposal receives no merit or demerit. ATTACHMENT #1 Background NAME PROPOSED POSITION NO OF YEARS/MONTHS EMPLOYED WITH OFFEROR AT PROPOSED POSITION CITIZENSHIP STATUS Education DEGREE TYPEMAJOR FIELDDATE RECEIVEDUNIVERSITY Training TYPE OF TRAININGPROVIDERDATE TAKENCERTIFICATES AWARDED Qualifications Summary (Briefly state why the individual is uniquely qualified for the proposed position) Work Experience (inchronological order) EMPLOYER NAMEPOSITION TITLE CUSTOMER NAME (IF CONTRACT)PERIOD OF EMPLOYMENT DESCRIPTION OF WORK PERFORMED (be sure to include no. of employees supervised if appropriate)(In preparing this portion of the response, Offerors are urged to carefully validate all information provided to assure it is accurate, current, and complete in detail to allow use by the Government in assessing and evaluating each person's qualification to perform the contract work as set forth in Section C.) REPEAT TABLE AS NECESSARY EMPLOYER NAMEPOSITION TITLE CUSTOMER NAME (IF CONTRACT)PERIOD OF EMPLOYMENT DESCRIPTION OF WORK PERFORMED (be sure to include no. of employees supervised if appropriate)(In preparing this portion of the response, Offerors are urged to carefully validate all information provided to assure it is accurate, current, and complete in detail to allow use by the Government in assessing and evaluating each person's qualification to perform the contract work as set forth in Section C.) REPEAT TABLE AS NECESSARY Other Pertinent Factors applicable not elsewhere requested I (name), permit (company name) to submit the attached in response to (solicitation #). SignatureDate
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSA/MSD/AG-3151-S-09-PSCAO-4/listing.html)
 
Place of Performance
Address: The work shall be performed on site at:, USDA/FSA, 6501 Beacon Drive, Kansas City, Michigan, 64133, United States
Zip Code: 64133
 
Record
SN01953982-W 20090916/090915001259-fea265f61d89b234a65bac4f90b0e050 (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.