Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2012 FBO #3759
SOLICITATION NOTICE

45 -- Water Heater

Notice Date
3/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423720 — Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers
 
Contracting Office
Department of Justice, Bureau of Prisons, FMC Devens, 42 Patton Road, Devens, Massachusetts, 01432
 
ZIP Code
01432
 
Solicitation Number
RFQP02051200019
 
Archive Date
3/8/2013
 
Point of Contact
Heather M. Cheney, Phone: 9787961054, Christine Guy, Phone: 978-796-1146
 
E-Mail Address
hcheney@bop.gov, csouza@bop.gov
(hcheney@bop.gov, csouza@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
General Requirements: The Federal Bureau of Prisons, Federal Medical Center Devens (FMC Devens), located at 42 Patton Road, Ayer, MA 01432 is soliciting for the acquisition of an Armstrong D4W-DW Digital Flow Instantaneous Water Heater. This is a combined solicitation / synopsis for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition is a total small business set aside. The North American Industry Classification System Codes (NAICS) is 423720, and size standard is 100 employees. This combined solicitation / synopsis document incorporates clauses and provisions in effect through Federal Acquisition Circular FAC 2005-55(b). Description of Items: The instantaneous water heater assembly with integral programmable digital recirculation valve (DRV) shall be mounted on a carbon steel frame accessible for lifting. The assembly shall be pre-piped with performance matched components and pressure tested before delivery. Substitute assemblies which require field assembly other than basic water, and boiler water service shall be unacceptable. The instantaneous water heater shall be of the counter-current flow stainless steel gasketed plate heat exchanger designed and manufactured in accordance with ASME Code Section VIII. Gaskets shall be of glue free design, made of Nitrile, suitable for fluids. Temperature controller (DRV) shall be digital using integrated circuit board technology designed to deliver blended water economically at a safe, accurate temperature for sanitary use in re-circulated hot water systems. No minimum system draw-off required. The DRV shall have a 2 line, 16 character display of delivered temperature with the option of °F or °C. Display also shows the error codes and alarm conditions. The temperature controller shall be compliant with ASSE Standard 1017, CSA B125 & CE and so certified and identified. Materials of construction and items included shall be: 1. The plates shall be field replaceable 316 stainless steel herringbone pattern channel corrugated plates. Plate gaps should not be less than 2.4 mm. 2. The heat exchanger frame shall be constructed of SA516-70 or A36 material 3. 3" NPT water connection on domestic side 4. 3" NPT water connection on boiler water side 5. Frame of Carbon Steel Angle 6. Water pipe of Type L copper 7. One 12V Digital Recirculating Valve (DRV) 8. One UL Listed Power supply's rated at 100-240V (12V AC ouput) 9. All required valve fittings and isolation valves, inlet combination ball valve strainers, inlet/return check valves, inlet, system blend and return line thermometers 10. All Stainless Steel Construction (DRV only) Performance: The instantaneous water heater assembly with DRV shall include all of the following capabilities: - Maximum water pressure drop of 10 psi (0.69 bar) in the instantaneous heater - Maximum steam pressure of 15 psig (1.03 bar) - Operational domestic water pressure of 20-150 psig (1.38-10.34 bar) - Maximum allowable domestic water pressure of 150 psig (10.34 bar) - Maximum boiler water temperature of 220°F (104°C) - Accurate control of blended water drawn from the system at a point of use typically within +/-2°F at draw off points a minimum of 5m downstream of mixing valve during consistent system demand periods - Minimum valve inlet to outlet temperature requirement (system recirculation temperature loss) of 2°F - Automatic shutoff of hot water flow upon cold water inlet supply failure - Automatic shutoff of hot water flow in the event of a power failure - Maintain a consistent system "idling" temperature and control "temperature creep" without the use of a manual throttling device or balance valve. - System shall not require a temperature activated pump shut-off device (aquastat). - Programmable set point range of 100-158°F (37-70°C) plus full hot/full cold - Ability to thermally disinfect at recommended temperatures - Programmable 1st level hi/lo temp alarm display - Programmable 2nd level hi/lo temp alarm display/full cold - 2 x 4-20 mA current loop interfaces - Input: Setpoint Selection - Output: Measured Blend Temperature - Relay output: 24V DC/240V AC SPCO - Error Relay: Activated in alarm or error mode - Serial data port for BAS Module (Brainscan TM ) connectivity. Transmits/receives all field programmable and LED display features - Setpoint configuration, unit selection, and alarm conditions available via the IrDA programming port used with the programming software or via the Building Automation System Guarantees and Warranties: The manufacture shall warrant its products to be free from defects in material and workmanship for a period of one year from the date of shipment. Delivery Schedule / Place of Performance: Water heaters shall be delivered to Federal Medical Center Devens, Attn: Facilities Department, 36 Independence Drive, Building 1677, Devens, MA 01434. Invoice: Invoice shall be submitted to FMC Devens, Attn: Contracting, P.O. Box 880, Ayer, MA 01432. Contract Clauses and Solicitation Provisions: The full text of clauses and provisions may be accessed electronically at www.acqnet.gov/far. The following FAR provisions are applicable to this acquisition; 52.211-6 Brand Name or Equal (Aug 1999); 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012); 52.212-2 Evaluation-Commercial Items: As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: over all best value with regards to price and delivery. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2012); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998); BOP AGD 05-011 Faith Based and Community Based Organizations (August 2005). The following FAR clauses are applicable to this acquisition; 52.204-7, Central Contractor Registration (Feb 2012); 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAR 2012) (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: __ (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 (June 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 (Feb 2012) (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) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). __ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jan 2012) (41 U.S.C. 2313). __ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (11) [Reserved] xx (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (13)(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. __ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (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 (Jul 2010) of 52.219-9. __ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (18) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (19)(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. __ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (21) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (Nov 2011). __ (25) 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Nov 2011). xx (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). xx (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). xx (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). xx (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). __ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). __ (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). __ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (34) 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.) __ (35)(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.) __ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (37)(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. __ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 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, 108-302, 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. __ (41) 52.225-5, Trade Agreements (MAR 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (45) 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)). __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). xx (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (51)(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: __ (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) (41 351, 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 (Sept 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 (Dec 2010) (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) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (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) 52.219-6, Notice of Total Small Business Set Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.225-1, Buy American Act-Supplies (Feb 2009); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.252-2, Clauses Incorporated by Reference (FEB 1998). Evaluation Factors: The government intends to make an award on a all-or-none basis. Quotations will be evaluated and award will be based on the overall best value to the Government with regards to price and delivery. With your quote provide all certifications and/or licenses. The Government will make award to the offeror whose offer conforms to this solicitation and is most advantageous. Submission of Quotations: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1) The request for quotation number (RFQ) 2) Schedule of item with pricing 3) Contractor Dunn & Bradstreet Number and Tax Identification Number 4) Delivery Schedule 5) Warranty Information Offers shall be received on or before the deadline of March 23, 2012, at 12:00 PM Eastern Standard Time, via the following. Email: hcheney@bop.gov Mailed quotes shall be submitted to the following address: Heather Cheney, Contract Specialist Federal Medical Center Devens P.O. Box 880 Ayer, MA 01432 Hand Delivered: Heather Cheney, Contract Specialist Federal Medical Center Devens 42 Patton Road Ayer, MA 01432 Overnight Delivery: Heather Cheney, Contract Specialist Federal Medical Center Devens 36 Independence Drive; Building 1677 Ayer, MA 01432 Faxed: Attn: Heather Cheney - 978-796-1131 Please do not submit quotes to any location other than the one listed above. Quotes received after the deadline will not be considered. Please place any questions you may have in writing by either email hcheney@bop.gov, fax 1-978-796-1131 or mail to the address above. I will consider all questions received and provide responses, where appropriate. Anticipated date of award is on or about March 30, 2012. Awards will only be available at www.fbo.gov, on or about April 5, 2012. Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. This solicitation is distributed solely through the General Services Administration, Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a total small business set aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/20507/RFQP02051200019/listing.html)
 
Place of Performance
Address: 42 Patton Road, Ayer, Massachusetts, 01432, United States
Zip Code: 01432
 
Record
SN02692159-W 20120310/120308235205-1cbc1b810a28545d1e1bfb31dfed5b2c (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.