Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

66 -- Monochromator System

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB844060A06449
 
Archive Date
9/14/2010
 
Point of Contact
CHRISTOPHER JOHN GANEY, Phone: 3019756205, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
christopher.ganey@nist.gov, todd.hill@nist.gov
(christopher.ganey@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
CLASSIFICATION CODE: 66- Laboratory Equipment and Supplies TITLE: Monochromator System SOLICITATION NUMBER: NB844060-A-06449 RESPONSE DATE: August 30, 2010. CONTACT POINTS: Chris Ganey Contract Specialist, (301) 975-6205 Todd Hill Contracting Officer, (301) 975-8802 DESCRIPTION: The National Institute of Standards and Technology (NIST) has a requirement for a Monochromator System to be used in the Optical Technology Division at NIST, Gaithersburg, MD. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Chris Ganey. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested vendors may submit a quotation. All offerors shall provide a quotation for the following line items: Line Item 0001: One (1) Monochromator System STATEMENT OF WORK: Introduction The contractor shall furnish the necessary personnel, material, equipment, and services to fabricate, test and deliver one Monochromator System. Background The Optical Technology Division of the National Institute of Standards and Technology requires a monochromator to produce quasi-monochromatic light (bandwidths in the 5 nm to 20 nm range) over wavelengths spanning 200 nm - 2500 nm. The monochromator will be used primarily with a broadband, laser-like, supercontinuum light source that is focused to the input of the monochromator. A customer-supplied fiber assembly, or alternatively, customer-supplied collimation optics will be used to collect the light at the exit slit of the monochromator. The monochromator will be used in a laboratory environment where heat and humidity are controlled. Minimum Requirements The system shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. SPECIFICATIONS FOR A HIGH-THROUGHPUT, WIDE-SCANNING RANGE MONOCHROMATOR It shall be capable of satisfying the following specifications. 1. Monochromator Type: The monochromator shall be a Czerny-Turner, wide-scanning type with a turret accepting a minimum of 4-gratings with automated grating switching. The monochromator shall nominally image the entrance slit to the exit slit but aberration correction is not currently required. However, the monochromator shall be upgradeable to allow aberration-corrected imaging (see Optional Line Item 1). 2. f/#: The f/# of the monochromator shall be in the range f/3 to f/7. Any focal length, or element surface figure, that satisfy the specifications herein (particularly the target dispersion, refer to item 13) is acceptable. 3. Wavelength range: The operational range of the monochromator shall be 200 nm to 2500 nm, inclusive. 4. Mirror Specifications: Mirrors shall be coated for operation over the full operating wavelength range (see System Efficiency, below). For any non-flat mirrors such as collimating mirrors, spherical, cylindrical, or aspheric optics are acceptable. However, if any aspheric mirrors are provided, the vendor must provide design parameters for the aspheric surfaces in a form suitable for importing into the Zemax optical design program. 5. Drive/scanning mechanism: The drive or scanning mechanism shall be motorized. Wavelength control shall be accomplished through a single motor and scan drive. 6. Software All motorized elements, including but not limited to drive or scanning mechanism and order sorting filters, shall be controlled by software compatible with the Windows XP and Labview environments. A Labview software development kit shall be included, that includes Labview VI's or drivers that can be installed on the user's computer and called from the user's Labview environment. This software shall enable the user to perform automated control of all motorized elements. The software development kit shall include documentation that describes the VI's, or the commands that such VI's would need to send and receive in order to communicate with the monochromator. This documentation shall be in either a printed or electronic format. The Labview software development environment itself need not be included. 7. Gratings: Gratings shall be of plane ruled reflective type. Gratings shall be selected using best practice. It is mandatory to switch gratings as necessary using a turret or similar system. The grating turret shall be designed such that the grating in use rotates about its front surface to avoid light loss at the edges of the beam, which might occur if the rotation axis were translated away from the front surface. The grating turret shall accept, at a minimum, 4 gratings. The gratings shall cover the full operational range of 200 nm to 2500 nm, and the grating switching shall be motorized and controlled by computer interface, such that no manual grating changes are required over the operational range. The free or clear aperture, substrate material and dimensions, and ruled area (if applicable) of the gratings may be any that result in the satisfaction of the specifications described herein. 8. Order-Sorting: The monochromator system shall include order-sorting filters in an automated filter wheel. An automated filter wheel with at least 5 positions and accepting 1" filters shall be supplied. 9. Special Requirements for the Exit Slit: Two exit slit assemblies are required. Both exit slit assemblies shall be removable, in order to accommodate a customer-supplied fiber positioning mount in place of the exit slit. The first exit slit assembly shall be a traditional adjustable exit slit whose width may be adjusted up to at least 3 mm, and whose height is at least 4 mm. Motorized drive of this slit is not currently required, but show motorized slits are available from the vendor for possible future upgrades and cost of the slits. See Addendum to FAR 52.212-1, Quotation Preparation Instructions The second exit slit assembly shall accommodate fixed slits. Stronger preference will be given for a system that provides the availability of round, as well as rectangular slit apertures for second exit slits. 10. Entrance Slit: A traditional entrance slit whose width may be adjusted up to at least 3 mm in maximum extent is required. Its height shall be at least 4 mm. The entrance slit shall be removable. Motorized drive of this slit is not currently required, but motorized slits shall be available from the vendor for possible future upgrades. See Addendum to FAR 52.212-1, Quotation Preparation Instructions 11. System efficiency: The efficiency of the monochromator system (which includes the grating(s) and ancillary optics) shall be no less than 20% at any wavelength between 250 nm and 2500 nm, for the average of s- and p- input polarization (see below) in the spectral order used, and applicable operating span. Anomalies shall be suppressed. Efficiency is defined herein as the flux (power) per unit nm of quasi-monochromatic light of wavelength λ measured immediately after exiting the monochromator divided by the flux (power) per unit nm of unpolarized light centered at the same wavelength λ measured immediately after entering the monochromator. Efficiency may be measured as discussed below, or may be calculated from the theoretical reflectivity and efficiency curves of the gratings and mirrors included in the system. Efficiency is defined as follows. A broadband source is coupled to interference filters of varying center wavelength prior to the entrance slit, and the source's f/# should be matched to that of the monochromator. The traditional exit slit assembly shall be used, and the flux per unit nm at the exit slit shall be measured and compared with the incident flux per unit nm that was present immediately after the entrance slit. A spectrograph will also be used to measure the FWHM of the bandwidth of the incident and diffracted light. The ratio of the flux per unit nm at the exit slit shall be no less than 20% of the flux per unit nm at the entrance slit, for any wavelength between 250 nm and 2500 nm. 12. Polarization insensitivity: The polarization properties of the monochromator system shall be such that at any operating wavelength between 250 nm and 2500 nm, the grating efficiencies for s- and p-polarizations are as similar as possible, such that for an unpolarized input, significant light of both s- and p-polarizations will be present at the monochromator output. The grating efficiency for both s- and p- input polarizations shall be greater than 20% at any wavelength between 250 nm and 2500 nm. The vendor shall provide measured efficiency curves, for both s- and p- polarized input, for all gratings supplied, and such curves must show > 20% efficiency for both s- and p- input polarizations over the proposed utilized wavelength range of that grating in the vendor's quote. If available, grating efficiency data for both s- and p- input polarizations between 200 nm and 250 nm shall be provided for information; see Addendum to FAR 52.212-1, Quotation Preparation Instructions. Stronger preference will be given for a system that provides enhanced polarization insensitivity, with grating efficiencies higher than 20% for both s- and p- input polarizations in the 2000 nm to 2500 nm wavelength region. 13. System Dispersion: The Reciprocal Linear Dispersion (RLD) at the exit slit location shall be 5.6 nm/mm + 2.0/-1.0 nm/mm from 1100 nm to 2500 nm. Between 200 nm and 1100 nm, any RLD between 2.3 nm/mm and 7.6 nm/mm is acceptable. These targets are based on a fiber core at the exit slit of 1.8 mm in diameter, and a desired nominal output bandwidth of roughly 5 nm to 15 nm. The vendor shall provide dispersion figures for the monochromator system at all wavelengths in the vendor's quote. 14. Stray, Instrumental Stray, and Scattered Light Rejection: The stray, instrumental stray, and scattered light rejection ratio at the exit slit shall be < 2 x 10-5. Stray light is defined herein as follows. Stray light is traditionally defined as unwanted light that reaches the image plane from anywhere other than the grating and by any means other than diffraction. Instrumental stray light is stray light for which the grating cannot be blamed. Scattered light arises from the grating and it is unwanted radiation that is improperly diffracted, or not absorbed by the grating. For the purpose of this specification, the sum of unwanted light of all categories will be subsequently referred to as "stray light". The stray light rejection is defined as follows: A HeNe laser with an operating wavelength of 632.8 nm shall be introduced into the monochromator with an f/# matching that of the monochromator input optics. An order sorting filter shall be in place. The monochromator shall be tuned to an output wavelength of 632.8 nm and the resulting output power shall be measured at the exit slit, with the slit width set at 1.8 mm. The monochromator shall then be tuned to an output wavelength at least 20 nm away, and no more than 50 nm away, from 632.8 nm and the output power shall be measured. The ratio of these powers shall be no more than 2 x 10-5. 15. Wavelength Accuracy: The wavelength accuracy shall be +/- 0.5 nm for any wavelength from 250 nm to 2500 nm, inclusive. The term "accuracy" refers to the difference between the "true" wavelength and the wavelength setting. 16. Repeatability: Instrument repeatability shall be +/- 0.1 nm at any wavelength between 250 nm and 2500 nm, inclusive. 17. Light Source Compatibility: The monochromator system will be operated with a quasi-continuous-wave, pulsed broadband supercontinuum laser source with 80 MHz repetition rate, 6 W total output power and 1-10 ps duration pulses. It may also be operated with a 7 W, directional broadband source of light from 170 nm to 1000 nm. The vendor shall ensure that all optical coatings and materials used in the system are suitable for use with both pulsed and continuous-wave light sources. 17.Training manuals shall be provided. : OPTION LINE ITEMS: The following item is an option line item. The Contractor shall provide pricing for this item. Prices quoted shall be effective for a period of one year from the date of award. Award of option line items is at the sole discretion of the Government in accordance with 52.217-7: The monochromator shall be upgradable to allow for aberration-corrected imaging operation in the future, via interchangeable mirrors. The interchangeable mirrors for imaging may consist of corrective cylindrical mirrors to be used in conjunction with the main spherical mirrors of the monochromator, or may be toroidal mirrors that replace the main spherical mirrors, or of any other design that satisfies the specification. Horizontal magnification of the imaging optics shall be between x1 and x1.2. Vertical magnification of the imaging optics shall be between x1 and x1.6. The spatial resolution shall be sufficient to image a 100 micrometer full-width-half-maximum (FWHM) circular input spot to no greater than 200 micrometers FWHM in both the horizontal and vertical directions. The contractor shall indicate the cost of upgrade to aberration-corrected imaging, and the U.S. government shall have the option to purchase this upgrade for a period of one year from the date of initial award. Express Warranty The contractor shall warrant the entire system for a period of at least one year. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. Delivery Delivery shall be FOB DESTINATION and shall take place not later than six months after contract award. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html.. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.217-5 Evaluation of Options Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2010) 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3, Buy American Act - Free Trade Agreements-Israeli trade Act. Alternate I. 52.225-13 Restriction on Certain Foreign Purchases; 52.232-30, Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.247-34 F.O.B. Destination 1352.201-70 Contracting Officer's Authority 1352.209-73 Compliance With The Laws NIST Local Clause_04 Billing Instructions 52.217-7 Option for Increased Quantity-Separately Priced Line Item. INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on Tuesday, August 30, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at Christopher.ganey@nist.gov. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Chris Ganey, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Chris Ganey, Contract Specialist on 301-975-6205. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and four copies of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and four copies of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The Offerors shall acknowledge that NIST will not store the equipment onsite before it is installed. Please provide the following as information only: 1) The first exit slit assembly shall be a traditional adjustable exit slit whose width may be adjusted up to at least 3 mm, and whose height is at least 4 mm. Provide as information: Motorized drive of this slit is not currently required, but show motorized slits are available from the vendor for possible future upgrades and cost of the slits. 2) A traditional entrance slit whose width shall be adjusted up to at least 3 mm in maximum extent is required. Its height shall be at least 4 mm. Provide as information: The entrance slit shall be removable. Motorized drive of this slit is not currently required, but show motorized slits are available from the vendor for possible future upgrades and cost of the slits. 3) Provide as information: If available, grating efficiency data for both s- and p- input polarizations between 200 nm and 250 nm shall also be provided for informational purposes. Experience: The offeror shall demonstrate the extent to which it has recently manufactured, distributed, and installed similar equipment. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1. Contract number; 2. Description and relevance to solicitation requirements including dollar value; 3. Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract; 4. Reference Contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5. Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses. 6. Problems Encountered - include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Experience, 3) Past Performance, and 4) Price. All non-price factors, when combined, shall be more important than price. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST's requirements. Stronger Preference: Under the Technical Capability factor, stronger preference will be given for a system that 1. Provides the availability of round, as well as rectangular slit apertures for second exit slits. 2. And enhanced polarization insensitivity, with grating efficiencies higher than 20% for both s- and p- input polarizations in the 2000 nm to 2500 nm wavelength region. Experience: NIST will evaluate the extent of the offeror's experience providing similar equipment. NIST will give preference to offerors who demonstrate they have experience delivering the same equipment they are proposing for the current requirement. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror's past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Past Performance, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB844060A06449/listing.html)
 
Record
SN02242312-W 20100818/100816235434-e1c971bf57b35b717097de9ae6235681 (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.