Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2012 FBO #3743
MODIFICATION

J -- AGE Refurb at Pope Field, NC. This posting serves to provide clarity for 2nd Option Year. A total of 114 pieces will require work.

Notice Date
2/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124712T0019
 
Response Due
2/23/2012
 
Archive Date
4/23/2012
 
Point of Contact
Ramon Ramos, 9109082137
 
E-Mail Address
MICC Center - Fort Bragg
(ramon.g.ramos.mil@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION W91247-12-T-0019 (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and a written solicitation will not be issued. (ii)Solicitation document W91247-12-T-0019 is issued as a Request for Quote (RFP) to refurbish Aerospace Grounds Equipment (AGE) at Pope Field, North Carolina. The contractor will be responsible for providing qualified personnel, services and supplies, not otherwise provided by the Government. (iii)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53 Effective 05 July 2011. (iv)This requirement is a 100% set aside for Service Disabled Veteran Owned Small businesses only. This will be a Firm-Fixed price contract with a 12-month base period of performance, two 1-year option periods, and an optional 6-month extension, should the 2nd option (final) year be exercised. The base period of performance shall require the contractor to refurbish 115 AGE pieces. The first option period of performance if exercised; shall require the contractor to refurbish another 115 AGE pieces. The second option period of performance if exercised; shall require the contractor to refurbish the remaining 114 AGE pieces. Quotes are solicited from small business concerns. Quotes received from other than small business concerns will be rejected. The North American Industry Classification System (NAICS) code for this requirement is 238320 "Painting and Wall Covering Contractors" size standard is $14M. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 15, Contract By Negotiations. Interested persons may identify their interest and capabilities to respond to the requirements. (v)Upon award, awardee must provide documentation that validates service disabled certification status. CLIN 0001 AGE Refurbishment Base Period IAW SOW QTY _115__ea Unit $__________ Total $__________ *Pricing for this base year requirement will submitted as a lump sum in accordance with the specifications provided in the excel attachment, "AGEREFURBListingPopeField," BASE YEAR Tab. Contractors please note that the pricing provided is for the service and maintenance for 115 units as a FIRM FIXED PRICE. Contractor is advised that each service and/or maintenance on each unit will be paid based on the unit price (total price/115 units = unit price). CLIN 0002 Contractor manpower Reporting (CMR) QTY _1__ea Unit $_________ Total $__________ CLIN 1001 AGE Refurbishment First Option Period IAW SOW QTY _115__ea Unit $________ Total $__________ *Pricing for this base year requirement will submitted as a lump sum in accordance with the specifications provided in the excel attachment, "AGEREFURBListingPopeField," 1st OPTION YEAR Tab. Contractors please note that the pricing provided is for the service and maintenance for 115 units as a FIRM FIXED PRICE. Contractor is advised that each service and/or maintenance on each unit will be paid based on the unit price (total price/115 units = unit price). CLIN 1002 Contractor manpower Reporting (CMR) First Option Year QTY _1__ea Unit $_________ Total $__________ CLIN 2001 AGE Refurbishment Second Option Period IAW SOW QTY _114__ea Unit $_________ Total $_________ *Pricing for this base year requirement will submitted as a lump sum in accordance with the specifications provided in the excel attachment, "AGEREFURBListingPopeField," 2nd OPTION YEAR Tab. Contractors please note that the pricing provided is for the service and maintenance for 114 units as a FIRM FIXED PRICE. Contractor is advised that each service and/or maintenance on each unit will be paid based on the unit price (total price/114 units = unit price). CLIN 2002 Contractor manpower Reporting (CMR) Second Option Period QTY _1__ea Unit $_________ Total $__________ CLIN 3001 AGE Refurbishment Six Month Extension Period IAW SOW QTY _57__ea Unit $_________ Total $__________ *Pricing for this base year requirement will submitted as a lump sum in accordance with the specifications provided in the excel attachment, "AGEREFURBListingPopeField," FINAL 6-MONTH EXTENSION PERIOD Tab. Contractors please note that the pricing provided is for the service and maintenance for 57 units as a FIRM FIXED PRICE. Contractor is advised that each service and/or maintenance on each unit will be paid based on the unit price (total price/57 units = unit price). CLIN 3002 Contractor Manpower Reporting (CMR) Six month Period QTY _1__ea Unit $_________ Total $__________ The contractor is required to enter data into the Contractor Manpower Reporting (CMR) System. Reporting period will be the Period of Performance not to exceed 12 months ending 30 September of each year and must be reported by 31 October of each calendar year. Data must be accurate and completed and entered into CMR during the data gathering period of every year, or part of a year, for which the contract is in force. See PWS, Section VI. (vi)Performance Work Statement: PERFORMANCE WORK STATEMENT (PWS) 440th MXS Refurbishing of Aerospace Ground Equipment (AGE) I. SCOPE: The contractor is required to pick up all Aerospace Ground Equipment (AGE) on back side of Bldg 723, Pope Field, NC and transport it to the painting facility. All equipment will be sanded, scuffed, and/or blasted, masked, primed, and painted in accordance with standards below. All inside doors, control panels and interior areas (that are readily accessible) will be sanded or scuffed, masked, primed and painted. Once painted, contractor will notify customer by phone 910-394-7984/7028/5867. Customer will send an authorized representative(s) to painting facility to perform a quality verification inspection of equipment. Once inspection is complied with and any deficiencies in workmanship corrected, the contractor shall transport the equipment back to the back side of Bldg 723, AGE Flight for acceptance. See notes below for further instruction: II. PURPOSE: The purpose of this contract is to refurbish Aerospace Ground Equipment (AGE) belonging to the 440th Airlift Wing to prevent deterioration and extend their service life. III. PERSONNEL: The contractor shall use personnel trained and skilled in their tasks and provide personnel who are able to gain access to Fort Bragg for the purposes of picking up equipment. IV. TASK REQUIREMENTS: 1.The contractor shall provide all tools, parts, transportation, facilities, and labor required to sand or scuff, mask, prime, and paint equipment listed on Attachment 1 as requested by the Contracting Officer or authorized representative at the rates specified on the contractor's price list. 2.The contractor shall complete 5 pieces (nominally) every two weeks at a minimum for a total of 115 pieces during the first year of the contract. 3.Preparation of surfaces shall include: 1) Sound paint shall be scuffed to remove surface gloss and promote adhesion of a tie-coat of epoxy primer. 2) Deteriorated paint shall be sanded to a point where paint is sound. 3) Chips and rough edges will be feathered out so that paint has a smooth surface to adhere to. 4) Missing paint and corroded areas will be sanded or blasted to remove the corrosion. Contractor may, at their discretion, elect to sandblast entire units or areas of units so long as care is taken to protect against sand damage to and/or intrusion into hydraulic & electrical systems, placards, panels, rubber hoses, braided hoses, gauges, tires, windows, etc. Edges of blasted areas will be feathered to provide a smooth transition from bare metal to sound paint. 4.Primer shall be applied in a light, complete tie-coat between original paint and topcoat. Primer shall be a thicker, complete coat over bare metal areas. Paint shall be mixed in accordance with manufacturer directions and applied in two cross coats. Final coat will be smooth, semi-gloss, with a minimum of paint defects including but not limited to: "burn marks", fisheyes, light spots, bare spots, runs, sags, streaks, other common paint defects, or debris in the paint. All work accomplished shall be warranted for any defects in craftsmanship for 120 days. 5.Contractor shall stencil an inconspicuous placard with, at a minimum, the contractor's name and date new paint was applied located as close as practical to the serial number on the equipment. Color of the stencil lettering will be black and total stencil size will be no larger than 6 inches by 3 inches. 6.The contractor shall comply with all state, federal safety and environmental regulations in the disposition of excess products. 7.Contractor will comply with all Material Safety Data Sheets (MSDS) recommendations. All MSDS sheets will be supplied by AGE Flight. 8.The contractor shall pick up and deliver all equipment to the back side of Bldg 723, Pope Field, NC. 9.All work must be completed and returned within two (2) weeks (14 calendar days), or as otherwise stated, from the date the equipment is picked up. The contractor will be required to sign an AF Form 1297, Temporary Issue Receipt at time of pickup of equipment. By signing the Temporary Issue Receipt, the contractor agrees that while equipment is in his/her possession, they are solely responsible for the disposition of all equipment listed on the AF Form 1297, and that they are liable for any damage to the equipment. Any obvious dents or other damages noted by both parties prior to the loading of equipment for transportation to contractor's business location shall be annotated on the Temporary Issue Receipt. 10.Once the contractor notifies customer of work completion, an authorized government representative(s) will go to the contractor's location, and both parties will inspect the equipment to verify there are no deficiencies and that the new paint was applied satisfactorily. Upon both parties agreeing that the equipment is in satisfactory condition, the contractor shall return the equipment to the back side of Bldg 723, AGE Flight, Pope Field, NC. Early completion is authorized. When difficulties/delays occur that neither party has control of (weather delays, supply difficulties, or oversized equipment), a completion/return date will be agreed upon between the Government and an authorized contractor representative. If a deficiency in condition is discovered upon return to the back side of Bldg 723, AGE Flight, Pope Field, NC that is determined to have happened in transit from the contractor, the unit will be returned to the contractor for corrections. All work will be warranted for 120 days. V. GOVERNMENT FURNISHED PROPERTY (GFP): The Air Force will supply the required paint kits consisting of the primer coat, and the final finish coat to the contractor. VI. CONTRACT MANPOWER REPORTING: a.General. "The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: b.Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; c.Contract number, including task and delivery order number; d.Beginning and ending dates covered by reporting period; e.Contractor name, address, phone number, e-mails address, identity of contractor employee entering data; f.Estimated direct labor hours (including sub-contractors); g.Estimated direct labor dollars paid this reporting period (including sub- contractors); h.Total payments (including subcontractors); i.Predominant Federal Supply Class Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); j.Estimated data collection cost; k.Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); l.Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); m.Presence of deployment or contingency contract language; n.Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). VII. RAPIDGATE: On 06 April 2007, Fort Bragg began using RAPIDGate. As required, the RAPIDGate Program is voluntary and uses innovative technology to provide a complete identification and access management solution for Contractor, vendors, suppliers, and service providers who require routine access to the cantonment area of the installation. For more information about EID Passport, the RAPIDGate Program or to enroll your company, please go to www.RAPIDGate.com or call (877) 727-4342. VIII. RESTRICTION OF EMPLOYMENT: The Government has the right to restrict the employment under this contract of any Contractor employee, or prospective employee, who is identified as a potential threat to the health, safety, security, and general well being or operational mission of the installation and its population. The Contractor will not employ any person who is an employee of the U.S. Government if the employment of that person would create a conflict of interest. ATTACHMENT 1 TYPES OF EQUIPMENT REQUIRING PAINTING: B1 Stand5 Ton JackJacking Manifold B2 Stand35 Ton Axle JackHyd. Test Stand B4 Stand10 Ton Tripod JackMD1 Towbar B5 Stand30 Ton Tripod JackC-5 Towbar B7 Stand45 Ton Rhino JackC-17 Towbar UMS Stand60 Ton Tripod JackA/M24T-8 Loadbank Fuel Bowser7MC-2A Lo PacNF-2D Lightcart Hydraulic BowserMC7 Air CompFL-1D Lightcart Oil BowserLP-90 Lo PacHDMU13M Heater Hyd. Serv. Cart-95 Gas TurbineNGH Heater Oil Serv. Cart-86 GeneratorMA3D Air Cond HydromiteTr Pack, -86Junction Box F2 TrailerEssex GeneratorLav. Cart Main Tire DollyEPU-6/E Frq. Conv.Eng Wash Cart Radom DollySelf Gen Nit CartGenie Manlift Wg Jack TrailerLife Raft Trailer (End Scope Of Work) (vii)Clauses and Provisions. (viii)FAR 52.209-5 (provision) (ix)FAR 52-202-1 (clause), Definitions (x)FAR 52.203-6 Alt, (clause) Restrictions on Subcontractor Sales to the Government (xi)FAR 52.203-11, (provision) Certification and Disclosure Regarding payments to Influence Certain Federal Transactions (xii)FAR 52.203-12 (clause), Limitation on payment to Influence Certain Federal Transactions. (xiii)FAR 52.204-4 (clause) (xiv)FAR 52.204-9 (clause) (xv)FAR 52.209-1 (xvi)The following clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government (xvii)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, Incorporated by Full Text Applicable clauses under FAR 52.212-5: 52.219-14 Limitations on Subcontracting, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government, 52.219-28 Post Award Small Business Program Representation, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 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, 52.222-41 Service Contract Act Of 1965, The US Department of Labor Wage Determination 2005-2393, Rev 12 dated 6/13/2011 is applicable to this procurement. Code; 23050, Title; Painter, Aircraft, Rate per Hour; $19.31. A copy of the wage determination may be downloaded from: http://www.wdol.gov; 52.222-42 Statement of Equivalent rates for Federal Hire, **THIS IS FOR INFORMATIONAL PURPOSES ONLY** Code; 23740, Title; Painter, Aircraft, Grade; GS-09 step 2, Rate per Hour; $19.90. 52.222-43 Fair Labor Standards Act and Service Contract Act -Price Adjustment (Multiple year and Option Contracts) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/ WIDE AREA WORKFLOW ADDENDUM TO 52.212-4, Contract Terms and Conditions-Commercial Items (WAWF) All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. CONTRACT NUMBER: TBD CONTRACT NUMBER: TBD TYPE OF DOCUMENT: 2 in 1 CAGE CODE: TBD ISSUE BY DODDAC: TBD ADMIN DODDAC: W91247 SERVICE ACCEPTOR/SHIP TO: TBD LOCAL PROCESSING OFFICE: Always Leave Blank for Army Contracts PAY OFFICE DODDAC: TBD Person completing the receiving report name and email address: TBD (xviii)FAR 52.212-1, Instructions to Offerors - Commercial Items (xix)FAR 52.212-3 Alt 1, Offeror Representations and Certifciations-Commercial Items (Apr 2011) Alternate 1. (xx) FAR 52.217-5, Evaluation of Options (xxi)FAR 52.232-1, Payments (xxii)FAR 52.233-2, Service of Protest (xxiii)FAR 52.233-3, Protest after Award (xxiv)FAR 52.233-4, Applicable Law for Breach of Contract Claim (xxv)FAR 52.243-1, Changes - Fixed Price (xxvi)FAR 52.245-1 Alt 1 Government Property (xxvii)FAR 52.245-9 Use and Charges (xxviii)Applicable DFARS clauses: DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following DFARS clause is considered checked and is applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. (xxix)FAR 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 (xxx)52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. **Note: As part of the price evaluation, the Government will evaluate the portion to extend services under FAR Clause 52.217-8 by adding one half of the Offerors final option period price to the Offerors total price. Thus the Offerors total price for the purpose of evaluation will include the base period of performance, first option, second option, third option, fourth option and one half of the fourth option. Offerors are required only to price the base, two option years, and one-6 month extension. Offerors shall not submit a price for the potential one half year extension of services period. (xxxi)FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (a)The Government may extend the term of this contract by written notice to the Contractor at any time; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b)If the Government exercises this option, the extended contract shall be considered to include this option clause. (c)The total duration of this contract, including the exercise of any options under this clause, shall not exceed 56 months. (xxxii)5152.209-4000 DoD Level Antiterrorism (AT) Standards, Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (xxxiii)Local 5152.233-4000 AMC Level Protest Program Army Materiel Command (AMC)-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve the concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns with AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command Office of Command Counsel 9301 Chapek Road, Room 2-1SE3401 Fort Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent to by Fed Ex or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Fort Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) (xxxiv)Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other determining factors. The following factors shall be used to evaluate offers: (a)Price (b)Past Performance - Provide the point of contact information, dates, and short description of previous work done with similar requirements to this solicitation. (c)Technical Solution - Please provide the contractor's technical solution showing how you intend on executing the contract. **Note: The Government will award a Firm Fixed Price contract to the contractor that has the lowest proposed price. As part of the price evaluation, the Government will evaluate the portion to extend services under FAR Clause 52.217-8 by adding one half of the offerors final option period price to the offerors total price. Thus the offerors total price for the purpose of evaluation will include the base period of performance, first option, second option. Offerors are required only to price the base, two options, and 6 month extension. Offerors shall submit a price for the potential one half year extension of services period following the second option year. (xxxv)Submission of proposals shall be forwarded by Thursday, 23 February 2012, 1100 AM EST. Submit signed and dated proposals to CPT Ramon Ramos via email ramon.g.ramos.mil@mail.mil or (910) 908-2137 on or before the exact time specified in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df133399fdc24bccd3872524fdb21164)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02679419-W 20120223/120221234628-df133399fdc24bccd3872524fdb21164 (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.