Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

67 -- Bldg 929 Cameras - Combo Solicitation

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
BLDG-929-CAMERAS-MAXWELL
 
Archive Date
10/5/2011
 
Point of Contact
Xavier L. Rice, Phone: 334-953-5755
 
E-Mail Address
Xavier.Rice@maxwell.af.mil
(Xavier.Rice@maxwell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combo Solicitation GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2X3B21230A001). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20110819. It is the contractor's responsibility to become familiar with applicable clauses and provisions. A Firm Fixed Priced Award will be made in accordance with the following the Schedule of Supplies: NAICS Code: 334310; size standard: 750 emp. The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITION: Maxwell Air Force Base has a requirement to purchase the below listed items. The Schedule of Supplies/Services provides all items, details and quantities required. This procurement will be awarded under Simplified Acquisition Procedures. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following brand name or equal items: CLIN 0001- Security Cameras: Pan-tilt zoom (PTZ) cameras for exterior of building. PTZ Cameras should be compatible to current PELCO Megapixel Spectra PTZ Cameras or equivalent 5 EA CLIN 0002- Security Cameras: Fixed interior Security Cameras. Fixed Cameras should be compatible to current PELCO Megapixel Sarix Cameras or equivalent. 2 EA CLIN 0003- Labor: Installation IAW Statement of Requirement QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to the solicitation. In doing so and without taking exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitations requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. " Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and DFARS 252.225-7000, Buy American Act Certificate with quotation. c. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. d. Offerors must provide unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". e. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. The offeror by acceding to all of the requirements of this synopsis/solicitation, including specifications (CLINs 0001 and 0002), and terms and conditions will be determined technically acceptable. Award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7: - Central Contractor Registration 52.211-17: Delivery of Excess Quantities 52.212-4 -- Contract Terms and Conditions -- Commercial Items 52.232-33:- Payment by Electronic Funds Transfer --Central Contractor Registration 52.253-1: Computer Generated Forms 252.203-7002:-Requirement to Inform Employees of Whistleblower Rights 252.204-7003: Control of Government Personnel Work Product 252.204-7004, Alternate A Central Contractor Registration 252.223-7006: Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7002Qualifying Country Sources as Subcontractors 252.232-7003Electronic Submission of Payment Requests 252.232-7010Levies on Contract Payments 252.243-7001Pricing of Contract Modifications By Full Text: 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225.-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3: Hazardous Material Identification and Material Safety Data 52.233-4: Recovered Material Certification 52.252-2, CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of clause) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000, Requirements Related to Compensation of Former DoD officials 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea, with its Alt III AFFARS 5352.201-9101 Ombudsman ((a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Center/MAJCOM or AFISRA ombudsmen, Primary: Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/A7K; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/A7KA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652 - 7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones@randolph.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. NOTE 1 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) NOTE 2 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: john.davis@maxwell.af.mil Contract Specialist: xavier.rice@maxwell.af.mil Contracting Officer: rose.jordan@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: 52.211-6:-Brand Name or Equal FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. The following provisions apply: DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (End of Provisions) 252.204-7006 Billing Instructions As prescribed in 204.7109, use the following clause: BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. Responses to this notice shall be provided in writing either by e-mail to: Xavier Rice, at xavier.rice@maxwell.af.mil; or by fax: Attn: Xavier Rice, 334-953-2856. All responses must be received by 20 Sep 2011, 12:00 p.m. Central Daylight Savings Time (CDST). Email is the preferred method of communication. Point of Contact: Xavier Rice, Contract Specialist, Phone (334) 953-5755, Fax (334) 953-2856. SITE VISIT REQUIREMENT SITE VISIT A site visit will be held for this solicitation. The site visit is scheduled for 15 Sep 2011, at 9:00 a.m CDST. at: Building 929 Maxwell AFB, 36112. All vendors interested in attending the site visit must submit a written request to SrA Xavier Rice at xavier.green@Maxwell.AF.Mil. Request must include the names, titles and telephone numbers of the individuals that will be attending. The request must be submitted not later than 05:00 p.m. on 14 Sep 2011. Offerors are urged and expected to inspect the site where performance is required and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Statement of Requirement Maxwell AFB Facility Camera System Installation 1.0 DESCRIPTION OF SERVICE. The primary objective of this camera system is to provide video surveillance capability for the exterior of building 929, as well as the interior entrance to the 42 ABW/CP. An Endura® certified technician is required to interconnect these cameras to the existing Endura® system to prevent voiding of the warranty. Installation shall be compliant with Department of Defense, Air Force and Industry standards to include, those set forth in: USAF Non-Nuclear Intrusion Detection System Equipment Approval Memorandum, dated 9 Oct 09, TIA/EIA-570, Residential Telecommunications Cabling Standards, TIA/EIA-607, Commercial Building Grounding and bonding Requirements for Telecommunications, NFPA 70 National Electric Code (NEC), NFPA 101, Life Safety Code, and NFPA 780, Standard for the installation of Lightning Protection Systems. The contractor shall provide all of the necessary tools such as ladders, lifts, hoists, power tools, safety gear or other equipment/tools, or supplies to complete installation and provide necessary testing of all installed components. 1.1 SYSTEM REQUIREMENTS: The system must provide high resolution visibility of all areas surrounding the primary entrances to the facility as well as the area immediately outside of the 42 ABW/CP interior door. All feeds are to terminate and interconnect with the existing Pelco Endura® system located within Bldg 929. A redundant feed of these cameras is to be provided to the 42 ABW/CP controller. System must meet or exceed the following requirements: 1.1.1. The camera must be a 1/3" (effective) CMOS Progressive scan image with a resolution of 2048x1536 and up to 30 FPS. The camera must be capable of a white balance range of 2,000-10,000 and sensitivity in color (1x/33ms) of.5 lux. 1.1.2. The camera housing must be cast aluminum weather sealed enclosure for the exterior cameras with a polycarbonate bubble dome. The interior camera must be an in-ceiling type mount with a vandal resistant polycarbonate bubble style dome. 1.1.3. Connections to the camera must be via RJ-45 connector for 100 Base-TX auto MDI/MDI-x for the video and power feed. Camera must also provide a 2.5mm NTSC/PAL video port and support Bi-Directional: half duplex, line level/external microphone inputs. 1.1.5. Camera must be capable of accepting multiple lenses to ensure adequate coverage without compromising high resolution capability. 1.1.6. Camera system power will be provided by PoE switch to be installed under separate contract within Bldg 929. 1.2. System component locations: See appendix 2 for details 1.2.1. System Components: Contractor to provide all components to include, but not limited to cameras, mounting hardware, camera enclosures, cabling, applicable hardware, etc to support the camera system for each location. 1.2.2. Control capability will be via the existing Pelco Endura® system. 2.0. INSTALLATION: 2.1. All new cabling will be concealed above a drop ceiling in existing cable trays or wire straps. Any cable unable to be concealed above a drop ceiling will be installed in EMT conduit or Panduit® unless otherwise specified or required by code. 2.2. Contractor will test and place into commission all supplied equipment. 2.3. Contractor shall perform a Contractor Verification Test (CVT) immediately upon completion of the facility. Both the contractor and Government representative will witness this test. The test shall be performed per the written testing procedures provided in the installation design package (IDP). Existing equipment/system found to be inoperative during the test or at any time during the installation period shall be brought to the attention of the Government project POC in the form of an immediate email or in person on site. 2.4. Installation Design Package (IDP)/as built drawings shall be submitted to the government prior to final payment. The IDP shall comprise of a single CD/DVD with the IDS system block diagram in PDF format. 2.4.1. Product data sheets. The data sheets shall be submitted in PDF format. 2.4.2. The IDP will be submitted within 30 days following the award and approval of contract. 2.5. Training. Contractor shall provide training and training material to include books and training media etc (slide shows etc) (note government will provide space and resources for class room atmosphere). For up to 20 attendees. 3.0. COLLATERAL SUPPORT/GOVERNMENT PROVIDED: 3.1. The government will provide power circuits suitable for the use of the amplifier in the communications rooms of each identified facility. 3.2. Acquire any related permits that may be necessary for work performed. 3.3. Arrange access for installation into all applicable facilities in conformance with the installation schedule to include providing on-base transportation where commercial vehicle access is restricted. 3.4. Provide storage space/staging area for materials and an operating space with telephone capability for the installation team. 4. SYSTEM MAINTENANCE: (For the duration of the manufacturer's warranty) 4.1. Contractor will provide a Technical Services Center Support Service (Help Desk) during office hours 8:00am to 4:00pm Monday through Friday excluding federal holidays. 4.1.1. Replacement other than those not critical to the system may be shipped standard airfreight. 4.2. Preventive Maintenance will be performed in accordance with the manufactures specifications. 4.3. Maintenance will be scheduled in advance with the base. It will occur during normal business hours, Monday through Friday from 0730-1630. Consistent with Maxwell AFB security instructions. Contractor personnel will be granted reasonable access to all equipment during these hours for the purpose of providing maintenance service and will be accompanied by the owning using organization. 5.0 SPECIAL REQUIREMENTS. 5.1. All wiring connections shall be secured using standard security connectors that meet standard fire codes for closed circuit television systems. All wiring must be clearly labeled and wiring diagram provided to Communication Squadron, and Civil Engineers. 5.2. If upon a discovery of any communication problems, contractor and government representatives from the affected organizations will meet and trouble shoot the problem together. 5.3. A joint quality assurance inspection will be conducted prior to system turn over and system operability testing conducted. 5.4. The contractor shall ensure employees possess proper certification to handle all required material handling, transportation, loading, unloading and product installation tasks to meet OSHA, base safety requirements and annunicator certification standards. The contractor shall ensure product meets required safety standards at the time the project is finished and accepted by the customer. Contractor must provide the standard commercial product warranty certificate specifying warranty period for the system. 5.5. All wires that will be exposed will be routed through conduit. If cabling is run through the ceiling it must be Air plenum rated. 5.6. The contractor and technicians installing, testing, or training the use of the system must have a DOD or equivalent National Agency Check (NAC). 5.7. The contractor must be licensed with the State of Alabama. 6. SECURITY REQUIREMENTS. 6.1. Contractor Notification Responsibilities. The contractor shall notify the 42d Air Base Wing Information Protection Office (42 ABW/IP) at each operating location 30 days before on-base performance of the service. The notification shall include: a. Name, address, and telephone number of contractor representatives. b. The contract number and contracting agency. c. The reason for the service (i.e., work to be performed). d. The location(s) of service performance and future performance, if known. e. The date service performance begins. f. Any change to information previously provided under this paragraph. 6.2. Obtaining and Retrieving Identification Media. As prescribed by the AFFAR 5352.242-9000, Contractor access to Air Force installations, the contractor shall comply with the following requirements: a. The contractor shall obtain base identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished identification badges while visiting or performing work on the installation. b. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of contractor employees needing access to the base. The letter will also specify the contractor individual(s) authorized to sign requests for base identification credentials. The contracting officer will endorse the request and forward it to the issuing base pass and registration office for processing. When reporting to the base pass and registration office for issue of military identification credentials for access to the installation, contractor individual(s) will need a valid state or federal issued picture identification. To operate a vehicle on base contractor individual(s) will need to provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate. c. During performance of the service, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. d. Upon completion or termination of the service or expiration of the identification passes, the contractor shall ensure that all base identification passes issued to contractor employees are returned to the issuing office. The issuing office will verify all base identification passes have been returned and/or accounted for. The issuing office will forward a memorandum to the contractor individual authorized to sign request for base identification credentials indicating the badges have been turned in. The DD Form 577 (signature card) for the contractor authorized requestor will be destroyed and the individual will not long be authorized to sign DD Form 1172 (Application for Uniform Services Identification Cards). e. Failure to comply with these requirements may result in withholding of final payment. 6.3. Pass and Identification Items. The service provider shall ensure the following pass and identification items required for contract performance are obtained for employees: a. DD Form 1172, Application for Uniformed Services Identification Card (AFI 36-3026, Identification Cards For Members of The Uniformed Services, Their Family Members, and Other Eligible Personnel, and AETC Instruction 36-3001, Issue and Control of AETC Civilian Identification (ID) Cards). b. AF Form 1199, USAF Restricted Area Badge, or locally developed badge. c. DoD Common Access Card (CAC), (AFI 36-3026). 6.4. Physical Security. Areas controlled by contractor employees shall comply with base Operations Plans/Instructions for FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 6.5. Traffic Laws. The contractor and their employees shall comply with base traffic instructions and guidance. 6.6. Cellular Phone Operation Policy: The use of cellular phones while operating a motorized vehicle is prohibited on Maxwell-Gunter. Although discouraged, drivers are authorized to use devices, i.e. ear bud or ear boom, which allows their cellular phone to be operated hands-free. The device must not cover both ears. This policy applies to everyone driving on Maxwell-Gunter AFB. 6.7. Healthcare. Healthcare provided at the local military treatment facility on an emergency reimbursable basis only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/BLDG-929-CAMERAS-MAXWELL/listing.html)
 
Place of Performance
Address: Maxwell AFB, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02571406-W 20110914/110912234941-3faf1c3f473c9a137bdbcc38fb30d9dd (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.