Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOLICITATION NOTICE

70 -- Applixware Office Annual Maintenance - Package #1

Notice Date
2/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS (Technical Services Branch) 4TRE, 401 West Peachtree Street, Suite 2700, Atlanta, Georgia, 30308
 
ZIP Code
30308
 
Solicitation Number
ID04120066
 
Archive Date
2/22/2012
 
Point of Contact
Deborah A. Merna, Phone: 404 224 2204
 
E-Mail Address
deborah.merna@gsa.gov
(deborah.merna@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
combined synopsis/solicitation BOM Federal Acquisition Service Southeast Sunbelt Region SOLICITATION INSTRUCTIONS Title: Applixware Office Annual Maintenance Task Order Number: ID04120066 Issuance Date: 2 February 2012 Closing Date: 7 February 2012, 11:00 AM EST Questions Due: 6 February 2012, 12:00 PM EST NAICS Code: 511210 - Software Publishers Order Type: Firm Fixed Price - Commodity This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this solicitation notice. This announcement constitutes the only solicitation, which is used as a Request for Quote (RFQ); quotes are being requested and a written solicitation will not be issued beyond this solicitation notice. In accordance with FAR 6.302-1, the Government intends to award a sole source/brand name contract for software licenses based on this requirement to Vistasource Inc. 1900 West Park Drive, Suite 280 Westborough, MA 01581. This announcement constitutes the only solicitation, which is issued as a Request for Quote (RFQ); quotes are being requested and a written solicitation will not be issued beyond this notice. The Government intends to acquire a commercial item using FAR subpart 12 and the Simplified Acquisition Procedures set forth in FAR subpart 13. The associated NAICS code is 511210 and the small business size standard is $25M. The small Business Competitiveness Demonstration Program is not applicable. This solicitation is issued as a Request for Quote (RFQ). In accordance with FAR 5.207, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Questions regarding this solicitation must be submitted in writing via email to Deborah Merna, Contracting Officer at Deborah.merna@gsa.gov no later than the aforementioned closing date and time. Oral communication is not accepted on this solicitation. It is the offeror's responsibility to monitor this site for the release of information amendments (if any). Potential offerors are responsible for downloading their own copy of this notice, and amendments (if any). The only method by which any term of this solicitation may be modified is by a formal amendment to the RFQ generated by the issuing office. No other communications, whether oral or in writing, will modify or supersede the terms of this solicitation notice ISSUING OFFICE Deborah Merna, Contracting Officer GSA/FAS/NITCP (4QFAA) 401 W. Peachtree St, NW, Ste 820 Atlanta, GA 30308 Deborah.merna@gsa.gov REQUIREMENT The General Services Administration (GSA), Federal Acquisition Services (FAS), National IT Commodity Program (NITCP) has received a requirement from the USAF WR-ALC/GRCBD at Robins AFB, GA for Applixware Office Annual Maintenance. Please review the attached Bill of Material (BOM). DELIVERY ADDRESS The equipment will be delivered to: Robert Heddleson WR-ALC/GRCBD Byron Street, Bldg. 300 Suite 19A Robins AFB, GA 31098 Delivery shall be F.O.B. Destination. Upon delivery, all shipping documents and equipment containers shall include GSA order number and ACT number. DELIVERY DATE See Period of Performance listed on the Bill of Materials (BOM). Note CLINs 001-008 should be delivered no later than (NLT) 3 days after award. QUOTE SUBMISSION PROCEDURES All quotes shall be submitted via GSA's web-based procurement system, IT-Solutions Shop (ITSS) [https://web.itss.gsa.gov]. Failure to submit quotes via ITSS by the closing date and time shall result in exclusion from consideration. All offerors must be registered within the Central Contractor Registration (CCR) [http://www.ccr.gov]. An award cannot be made if the information in ITSS does not exactly match with the information in the CCR. ITSS verifies the following data with the CCR: •· CCR Legal Business Name - Form 300, Blocks 7 and 12, Contactor/Company name •· CCR Doing Business As (DBA) - Form 300, Blocks 7 and 12, Contractor/Company Name •· CCR Physical Address - Form 300, Block 7, Contractor Address •· CCR Remittance Address - Form 300, Block 12 Remittance address •· Federal Tax ID (Employer's identification Number) •· DUNS (Data Universal numbering System) QUOTE INSTRUCTIONS All quotes shall contain the information described in this solicitation notice. Failure to comply with instructions may result in quote not being considered for award. •1. Quote is to be valid for a minimum of 30 days. •2. The offeror shall include with their quote: •a. Proposed delivery schedule to client location •b. All fees, including shipping, handling, or freight costs. •c. Completed Bill of Material (BOM) Pricing Sheet with the unit cost, total cost and delivery date. •d. Vendor has an active registration in the Central Contractor Registration (CCR), https://www.bpn.gov/ccr/default.aspx and in Online Representations and Certifications Applications (ORCA), https://orca.bpn.gov/. •e. Company standard quote to include product specification, warranty information, and any services offered with the quoted product (if applicable). •3. Quote per specifications. This requirement is for Applixware Maintenance Office only. Substitute products will not be accepted. •4. New equipment only, NO remanufactured products, and NO "gray market" items. Ensure that all items will be covered by the manufacturer's warranty. •5. Submit concurrence/exceptions to the terms and conditions along with your quote. Failure to respond will be considered concurrence. BASIS FOR AWARD Award will be based upon the Government's evaluation of the proposal to ensure compliance with all technical requirements of the BOM/SOW. In addition, price will be evaluated to determine that it is fair and reasonable. This order will be issued via ITSS on an electronic Standard Form 1449. INVOICE REQUIREMENTS The Contractor shall provide the following payment information for GSA use. It must be an exact match with the information under the order number in the GSA ITSS Contract Registration (not the Contractor's company or individual representative's registration) as well as with the information under the Contractor's DUNS number in the Central Contractor Registration (CCR), http://www.ccr.gov. Mismatched information will result in rejected payments. •· Company Name - Legal Business Name and DBA (Doing Business As) Name •· Mailing Address - Contact and Address Information •· Remittance Address - Remit To Address Information •· Employer's Identification Number - Federal Tax ID •· DUNS (Data Universal Numbering System) Invoice shall contain the following information: •· Invoice Number - must not include any special characters; ITSS and the invoice must match •· ACT Number from SF 1449 •· GSA Order Number - must match ITSS •· Point of Contact and Phone Number •· Period of Performance for the Billing Period •· Prompt Payment Discount, if offered •· Total Invoice Amount - must match the acceptance information posted in ITSS; cannot exceed the order ceiling A copy of the invoice must be posted in the GSA ITSS web-based Order Processing System (http://it-solutions.gsa.gov). The client agency and GSA must approve the invoice in ITSS prior to payment. The original invoice must be submitted to GSA's finance center. This may be done electronically to the finance center web site (http://www.finance.gsa.gov) or via regular U. S. mail to this address: General Services Administration Finance Operations and Disbursement (BCEB) 299X P.O. Box 219434 Kansas City, MO 64121-9434 NOTE: Only use one method of submission, web site or regular U.S. mail, but not both. The invoice information posted in ITSS must match the invoice information submitted to GSA's finance center to initiate a receiving report. The payment information must satisfy a three-way match (ITSS, GSA finance center, and CCR) for the invoice to be successfully processed for payment. Invoices for Commodities may only be submitted after the goods are delivery unless otherwise approved by the Contracting Officer. The contractor shall attach a copy of DD250, delivery confirmation, or other acceptance documentation along with invoice in ITSS for Government review and acceptance of the products delivered. PROBLEM RESOLUTION Contractor shall bring problems, or potential issues, affecting performance to the attention of the client and GSA as soon as possible. Verbal reports will be followed up with written reports when directed. This notification shall not relieve the Contractor of its responsibility to correct problems for which they are responsible. Contractor will work cooperatively with the Government to resolve issues as they arise CONTRACTING OFFICER'S AUTHORITY The Senior Contracting Officer (SCO) is the only person authorized to make or approve any changes in any of the requirements of this contract. The administration of this contract may be further delegated by the Senior Contracting Officer. CONTRACT ADMINISTRATION This GSA/FAS/NITCP office will assign a Contract Specialist to oversee and perform contract administration functions on this Contract as described in FAR 42.302 (a) and will retain these functions at the local level. The Contract Specialist will maintain contact with the client to ensure delivery of all equipment is complete and in accordance with the terms and conditions of the specified order. CONTRACT TERMS AND CONDITIONS •1. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.acqnet.gov/far/ (End of Provision) •2. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _ _ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). ___ (6) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). ___ (7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (8) [Reserved] ___ (9) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (10) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (11) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ (12) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2010) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (13) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). ___ (14) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (15) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (16) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (17) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (18) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). ___ (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _ X _ (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _ X _ (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _ X _ (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _ X _ (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ___ (24) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). ___ (25) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ___ (26) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ___ (27) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (28) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (30) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. _ X _ (31) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). _ X _ (32) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (33) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (34) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _ X _ (35) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (36) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (37) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (38) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (39) 52.232.30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _ X _ (40) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (41) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (42) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (43) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (44) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) •3. 52.252-2 Clauses Incorporated by Reference (Feb 1998) 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://www.acqnet.gov/far/ The following clauses are incorporated by Reference: FAR Clause Title 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008) 52.212-3 Offerors Representations and Certifications - Commercial Items (Aug 2009) 52.212-4 Contract Terms and Conditions - Commercial Item (Jun 2010) 52.225-18 Place of Manufacture (Sep 2006) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Sep 2010) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-1 Changes -- Fixed Price (Aug 1987) 52.247-34 FOB Destination (Nov 1991) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/FTS/4TRE/ID04120066/listing.html)
 
Place of Performance
Address: Robert Heddleson, WR-ALC/GRCBD, Byron Street, Bldg. 300 Suite 19A, Robins AFB, GA 31098, Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN02666685-W 20120204/120202235231-46fba28fe2b9ebc4be0dd89438e380cc (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.