Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

H -- Well inspections and Water Testing within the South Florida Operations Office service areas: From Cape Canaveral to south Florida, east coast to west coast.

Notice Date
6/16/2011
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-11-T-0032
 
Response Due
8/5/2011
 
Archive Date
10/4/2011
 
Point of Contact
Nancy J. Krause, 904-232-2798
 
E-Mail Address
USACE District, Jacksonville
(nancy.j.krause@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT (PWS) Water Well Treatment Systems, Swim Area and Backflow Preventers Testing, Inspection and Maintenance Part 1 General Information 1. GENERAL: This is a personnel services contract to provide testing, inspection and services on water well systems, swim area and backflow preventers in accordance with all( local, state and federal) Florida Department of Environmental Protection (FDEP) and Health Department regulations at designated locations in the South Florida Operations Office. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform water well systems, swim area and backflow preventers testing and inspection as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: The contractor shall be responsible for all applicable state, local and federal licenses, permits and training certificates for the testing of water wells, swim areas and back flow preventers. The contractor shall provide all documentation of test results to Government officials and if required to the Florida Department of Environmental Protection (FDEP), Health Department, and local municipalities. 1.3 Objectives: The contractor shall provide testing, inspection and services on Back Flow Preventers at 3 locations including, WP Franklin South, St. Lucie Lock and Canaveral Lock. The contractor shall provide a total Coliform testing in the swim area located at WP Franklin South. The contractor shall provide a Chlorine and Bacteria test according to FDEP and Health Department (state, local and federal) regulations on water well systems at 4 locations including, Ortona Campground South, east and west wells, Ortona Lock North, and Port Mayaca Lock. All test, services and inspections that are to performed in accordance with this PWS shall be done through a state of Florida certified laboratory. 1.4 Scope: The contractor shall provide the testing, services and inspection of water wells, swim area and backflow preventers at various locations in the South Florida Operations Office District. A detailed location of work is provided in 1.6.5 Place of Performance. The contractor shall be trained and certified in all aspects of work stated in this PWS. All potable water testing and services shall be in accordance with the Florida Drinking Water Standards as in Chapter 62-550 FAC and Ground Water Quality as in Chapter 62-520 FAC. All reports concerning water test shall be provided on a FDEP Safe Drinking Water program Laboratory Format. 1.5Period of Performance: The period of performance shall be for one (1) Year. 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The contractor shall deliver a QCP by hand (3copies) or electronically within 7 days after contract award to the USACE C.O.R.After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 0700 to 1630 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at the following locations: Water Wells- Ortona Lock South 4330 Dalton Lane Moore Haven, FL. 33471 east and west well, Ortona North 1217 Lock Lane Moore Haven, Fl 33471 and Port Mayaca 18100 SW Conners Hwy Canal Point,Fl 33438. Swim Area-WP Franklin South 1661 South Franklin Rd. Alva, Fl. 33920. Backflow Preventers- WP Franklin South 1661 South Franklin Rd Alva, Fl. 33920. Canaveral Lock 1000 Mullet Dr. Cape Canaveral, Fl. 32920 and St. Lucie Lock 2200 SW Canal Street Stuart, Fl.33497. 1.6.6 Type of Contract: The government will award a Firm Fixed Price Contract set aside for small business. 1.6.7 Security Requirements: Contractor personnel performing work under this contract does not need a security clearance, however the contractor must comply with local security requirements at time of the proposal submission, and must maintain the level of security required for the life of the contract. 1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.2 Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.7.3Lock Combinations. The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor's Quality Control Plan. 1.6.8 Special Qualifications: The contractor performing the test, services and inspection listed in this PWS shall be trained and certified through the State of Florida. The contractor will deliver by hand or electronically all certificates within 7 days after award of contract to the USACE C.O.R. 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: Project manage (PM) and Quality Control Officer (QCO). The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 0730 to 1630 Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: The PM shall have knowledge of all aspects of work in this PWS and have good organizational and communication skills. The QCO shall have knowledge of all aspects of work in this PWS and have good communication and writing skills to ensure inspection, testing and service information can be relayed to the PM and Government. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.6.13 Contractor Travel :N/A 1.6.14 Other Direct Costs: N/A 1.6.15 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.17 PHASE IN /PHASE OUT PERIOD. N/A PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor having a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered but may include non-physical things such as meeting minutes. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Is defined as Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACORAlternate Contracting Officer's Representative AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation CCEContracting Center of Excellence CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative COTRContracting Officer's Technical Representative COTSCommercial Off the Shelf DADepartment of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List FDEPFlorida Department of Environmental Protection DFARSDefense Federal Acquisition Regulation Supplement DMDCDefense Manpower Data Center DODDepartment of Defense FARFederal Acquisition Regulation FAC Florida Administrative Code HIPAAHealth Insurance Portability and Accountability Act of 1996 KOContracting Officer OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPOPhase In/Phase Out POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program/Plan SFOO South Florida Operations Office TETechnical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will not provide services. 3.2 Facilities : The Government will not provide facilities 3.3 Utilities: The Government will provide water and electric if needed. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.4 Equipment :The Government will not provide. 3.5 Materials: The Government will not provide. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2. Materials: The Contractor shall provide all necessary materials including but not limited to glass or plastic sampling containers, plastic bags, and labels to perform the collection of water samples. Some water systems will require solar salt. 4.3. Equipment: The Contractor shall provide all the necessary equipment to complete the requested services in this PWS. This shall include but not limited to hand tools, transportation, sampling containers and testing facilities. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide services for testing, maintenance and inspection of water well systems, backflow preventers and swim area at various locations in South Florida Operations Office District indentified in 1.6.5 Place of Performance. If the contractor utilizes a subcontractor to complete any portion of services that are performed the contractor shall provide quality control. The contractor will be provided a single set of keys for accessing security gates and buildings the contractor will NOT duplicate the keys provided. 5.2. Task Heading. 5.3. Well Water Systems: The contractor shall provide services in accordance with FDEP and local Health Department requirements and regulations to test, inspect and maintain water well systems to the Florida Drinking Water Standard as in chapter 62-520 FAC and Ground Water Quality Standard 62-520 FAC. Perform all DEP required test/samples and provide copy of test results to the COR within ten (10) days of test. Any sample taken that fails state guidelines will require immediate notification to the COR (within 4 hours) and shall be retaken. Failure to strictly adhere to state guidelines for testing and/or monitoring may result in punitive action by the state. An on-site log related to tests, monitoring, repairs, etc. must be also maintained as per DEP requirements. Any water system entered for repairs shall be sterilized as per DEP requirements prior to reuse. Perform routine checks and inspect all water systems to verify proper operation and maintenance within manufacturer's guidelines and DEP requirements. The contractor shall utilize the FDEP Safe Drinking Water Program Laboratory Reporting Format for all reports and test results that will be turned over to the FDEP and USACE C.O.R 5.3.1 Ortona Water Wells South and North: There are two water well systems located at Ortona Campground South 4330 Dalton Lane SW Moore Haven, FL 334471 designated as East and West well. There is one water well system located Ortona North 1217 Lock Lane Moore Haven, FL. 33471. The contractor shall furnish all labor, equipment, facilities, and materials to perform and complete the following Water Quality Tests. 1.A chlorination test performed 5 times per week. 2.Quarterly ( 4 times per year) bacteria sampling, minimum 3 samples. 3.One time a year cleaning of Aerator tank 4.Tank and Well inspection one time. 5.Supply the proper amount of sodium hypochlorite (12%) to meet FDEP requirements. 5.3.2 Port Mayaca Water Well : One water well system is located at Port Mayaca Lock 18100 SW Conners Hwy Canal Point, FL 33438.. The contractor shall furnish all labor, equipment, facilities, and materials to perform and complete the following Water Quality Tests. 1. One time per month inspect solar salt level. Contractor shall supply the Solar Salt 2.Quarterly (4 times per year) bacteria sampling, minimum 3 samples 3.One time a year cleaning of Areator tank 4.Tank and Well inspection one time. 5. Supply the proper amount of sodium hypochlorite (12%) to meet FDEP requirements 5.4 Backflow Preventer Device: The contractor shall furnish all labor, equipment, facilities and materials to test and inspect to insure that Backflow Prevention devices are functioning in accordance with FDEP and local municipalities regulations and requirements. During the inspection and testing if at anytime a Backflow Preventer is not functioning properly the Contractor shall notify the USACE C.O.R or representative immediately. Upon completion of inspection the contractor shall deliver ( by hand or electronically) all reports to the USACE C.O.R or representative and if required to the FDEP and local municipalities. There are 3 sites where Backflow Prevention devices are located. 1.Canaveral Lock 1000 Mullet Drive Cape Canaveral, FL 32920. 2.WP Franklin Lock 1661 South Franklin Rd Alva, FL 33920. 3.St. Lucie Lock 2200 SW Canal Street Stuart FL. 33497. 5.5 Swim Area Test: The contractor shall provide all labor, facilities, equipment, and materials to perform a complete coliform testing at WP Franklin Swim Area located at WP Franklin South 1661 South Franklin Rd. Alva, FL 33920. Collect two (2) samples monthly beginning in March and ending in September of contract period. Sample dates must be at least 20 days apart. Water samples will be collected 6 to 8 inches below surface of water, from water at least three (3 feet in depth within the buoyed swimming area. The samples must be placed into sterilized bottles with suitable caps provided either by the contractor or laboratory doing the analysis. Samples will be properly labeled to include name of area, date and time of collection, and name of collector. A Florida Department of Environmental Protection accepted laboratory will be required to analyze samples, using the membrane filter test. The contractor shall provide the COR three (3) copies of the analysis NLT 48 hours after receipt of test results. The contractor shall notify the COR of any reports which indicate unacceptable coli form levels, within 24 hours of receipt of analysis. 5.6 Equipment Repairs - The contractor shall provide an estimate of equipment in need of repair due to normal wear or breakage. The contractor will submit a cost estimate and a proposal on how to complete the task and provide it to the USACE C.O.R. The proposal will be reviewed by the C.O.R and be accepted or denied. 5.7 Site Visit- The contractors that would like to schedule a site visit before submitting a bid will need to contact the SFOO Contracting Office in Clewiston Florida at 863-983-8101ext.223 POC is Duane Kelley to make arrangements for a site visit.. PART 6 APPLICABLE PUBLICATIONS. 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures, including but not limited to AR 25-2, AR 530-1, 62-520 FAC, 625-550 FAC and EM385-1-1. PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7.Attachment/Technical Exhibit List: 7.1 Attachment 1/Technical Exhibit 1 - Performance Requirements Summary The Contractor shall perform all duties listed in Part 5 in this PWS. 7.2. Attachment 2/Technical Exhibit 2 - Deliverables Schedule Quality Control Plan List of Special Qualifications All reports and documents of test /inspection findings TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective (The Service required-usually a shall statement)StandardPerformance Threshold (This is the maximum error rate. It could possibly be "Zero deviation from standard") Method of Surveillance PRS # 1. The contractor shall provide and furnish all labor, materials, management experience, supplies and facilities to perform the services of testing, inspecting and servicing water well systems as described in section 5.3, 5.3.1 and 5.3.2. The contractor shall ensure that all personnel and facilities are certified through the state of Florida. That all test and inspections are performed following FDEP and Health Department regulations and requirements.. The contractor shall follow the Florida Drinking Water Standard Chapter 62-550 FAC. 100% ComplianceVisual Inspection 100% PRS # 2 The contractor shall provide and furnish all labor, materials, management experience, supplies and facilities to perform the services of testing, inspecting and servicing backflow preventer devices as described in section 5.4. The contractor shall ensure that personnel performing inspections are certified through the state of Florida. That all FDEP and local municipalities regulation and requirements are followed. 100% Visual Inspection 100% PRS # 3 The contractor shall provide and furnish all labor, materials, management experience, supplies and facilities to perform the services of testing and inspecting the swim area water as described in section 5.5. The contractor shall ensure that personnel and facilities performing inspections are certified through the state of Florida. That all FDEP. Health department and local municipalities regulation and requirements are followed. 100%Visual Inspection 100% TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE DeliverableFrequency# of CopiesMedium/FormatSubmit To Quality Control Plan As described in section 1.6.1One time, no later than 15 days after award of contract 3 copies Hard copy (paper) U.S Army Corps of Engineers 525 Ridgelawn Road Clewiston, FL. 33440 ATTN: Duane Kelley List of Special Qualifications as described in section 1.6.8One time, no later than 15 days after award of contract or when training and certificates are updated, 3 copies Hard copy (paper) U.S Army Corps of Engineers 525 Ridgelawn Road Clewiston, FL. 33440 ATTN: Duane Kelley All reports and documents of test and inspections performed as described in sections 5.3,5.4 and 5.5See sections 5.3,5.4 and 5.51 copyHard copy or electronicallySame as above
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-11-T-0032/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02474691-W 20110618/110616234647-2a8c9c2eae2eb5e69113df868c407cd6 (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.