Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

20 -- Main Propulsion Diesel Engines & Ship Service Diesel Generator

Notice Date
4/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-7401
 
Archive Date
5/5/2012
 
Point of Contact
Efrem Mason, Phone: 757-443-5958
 
E-Mail Address
efrem.mason@navy.mil
(efrem.mason@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-12-T-7401, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective January 5, 2012. NAICS code 336611 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS SPEARHEAD for the following services: The requested period of performance for the below service is 6 JUNE 12 - 15 JUNE 12. Performance location: USNS SPEARHEAD, Austal USA Shipyard, 1 Dunlap Dr. Mobile, Alabama 1.0 ABSTRACT 1.1 This item describes the installation of fuel sensors and transmitters on the fuel supply and return piping to each main diesel engine (MPDE) and on the fuel supply piping to each of the ship service diesel generators (SSDG). 2.0 REFERENCES ( Please contact Efrem Mason @ Efrem.mason@navy.mil or 757-443-5958 for copies of below references if needed ). 2.1 MSC Drawing No. 500-8392056 Rev -, JHSV 1 Spearhead Fuel Sensor Installation 2.2 MSC Drawing No. 300-8392057 Rev -, JHSV 1 Spearhead Electrical Installations in Support of Fuel Sensor Installation 2.3 Drawing No. 541-8443260 Rev C, Schematic Diesel Fuel System 2.4 Emerson Installation Manual No. 20001700, Rev C, "Micro Motion Model 1700 and Model 2700 Transmitters Installation Manual" 2.5 Emerson Installation Manual No. 20002298, Rev C, "Micro Motion F-Series Sensor Installation Manual" 2.6 American Bureau of Shipping (ABS) High Speed Naval Craft (HSNC) Part 4 Chapter 6, Section 1,2,4&5 2.7 General Technical Requirements (GTR) COMSCINST 4700.16A 2.8 NAVSEA Flush Procedure 6965791 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantities 3.1.1 Location: 3.1.1.1 Main Engine Supply: Pump Room 7 (4-41-1) & Pump Room 8 (4-41-2) Fr 52 3.1.1.2 Main Engine Return: Pump Room 7 (4-41-1) & Pump Room 8 (4-41-2) Fr 52 3.1.1.3 SSDG Supply: Pump Room 7 (4-41-1) & Pump Room 8 (4-41-2) Fr 41-43 3.1.1.4 Laptop Computer: Navigation Bridge (04-18-0) Fr 24 Stbd side 3.1.2 Quantities 3.1.2.1 Flow Sensors, eight (8) sensors total. Four (4) supply, four (4) return sensors, one (1) supply and one (1) return to each Main Engine. 3.1.2.2 Flow Sensors, four (4) sensors total. One (1) supply to each SSDG. 3.1.2.3 Transmitters, twelve (12) transmitters total. Eight (8) for the main engines and four (4) for the SSDG System. 3.1.2.4 One (1) Laptop Computer. 3.2 Item Description/Manufacturer's Data: 3.2.1 Bill of Materials: See references 2.1 and 2.2. 3.2.2 Quantities are considered estimates. The contractor shall verify the requirements during the Oferrer's Survey. The contactor shall provide exact quantities and additional material such as miscellaneous pipe, pipe fittings, tubing, tubing fittings, elbows, caps, valves, pipe hangers, weld material, cable hangers, cable tags, bus work, label/name plates, blanks, flanges, etc., which are not included in the Bill of Materials, in order to install a fully functional system, which meets the requirements of this specification. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 Government Furnished Equipment 4.1.1 Emerson Micro Motion Coriolis F-Series sensor; 2-inch; 316L stainless steel; Model F200S419C3BAEZZZZ; Four (4) supply sensors total. 4.1.2 Emerson Micro Motion Coriolis F-Series sensor; 1-inch; 316L stainless steel; Model F100SB81C3BAEZZZZ; Four (4) return sensors total. 4.1.3 Emerson Micro Motion Coriolis F-Series sensor; 1/2-inch; 316L stainless steel; Model F050S239C3BAEZZZZ; Four (4) supply sensor total. 4.1.4 Emerson Micro Motion Coriolis MVD multivariable flow and density transmitters; Model 2700R12ABAEZCX_18408; Four (4) transmitters total. 4.1.5 Emerson Micro Motion Coriolis MVD multivariable flow and density transmitters; Model 2700R12ABAEZCX_19268; Four (4) transmitters total. 4.1.6 Emerson Micro Motion Coriolis MVD multivariable flow and density transmitters; Model 2700R12ABAEZCZ; Four (4) transmitters total. 4.1.7 1,000 ft: Cable; 4-wire, low smoke; MIL-DTL-24640, FXOW 16AWG. PN Subject to change. 4.1.8 1,000 ft: Cable; 2-wire, low smoke; MIL-DTL-24640, DXOW 16AWG. PN Subject to change. 4.1.9 Laptop Computer, Panasonic Toughbook 31, MIL-STD-810G, Windows 7 OS 4.1.10 Labview Software, Full Version 4.1.11 Micro Motion ProLink Software; Item # PLK0UEF. 4.2 Government Furnished Material: None. 4.3 Government Furnished Service: None. 5.0 NOTES 5.1 PERFORMANCE PERIOD: Ten (10) days. Start date, June 6, 2012. 5.2 CONTRACTOR OFFERER'S SURVEY: April 24, 2012. 5.2.1 The security training class identified in 5.6 is not required for the vessel offerer's survey. All other security notifications are the contractor's responsibility. On site P.O.C. for oferrer's survey is Port Engineer Robert Palandro office 757-443-0927, cell phone 757-282-8058. 5.3 JHSV SPEARHEAD LOCATION: Austal USA Shipyard, 1 Dunlap Drive, Mobile, Alabama. 36602. 5.4 Contact James Phillips (primary) 757-443-2924 or Johnathan Overton (secondary) 757-443-5803, for details and requirements concerning access to an MSC vessel. 5.5 Contractor is required to submit personnel on the EPIC spreadsheet. To gain access to MSC vessel's on the East Coast, contractors must submit an EPIC request to MSFSC(underscore)EPIC(underscore)EAST(at)navy(dot)mil MSFSC_EPIC_EAST@navy.mil. 5.6 Contractors, shall allow 3 business days (5 for NASSCO, OCONUS, & Earl NJ) for processing of all requests. EPIC will take up to 48 hrs to process, the request must be approved by EPIC before access can be sent to the facility for approval, access will not be guaranteed without approval from EPIC. The contractor shall make all arrangements, furnish all credentials and fulfill requirements to perform work within Austal USA Shipyard, Mobile, Alabama. The contractor shall arrange and schedule access and will be required to participate in a five (5) hour security training class only available two days per week. The P.O.C is LisaBower@Austalusa.com for JPAS info, security and access. This training requires a two week notification to sign up. The P.O.C. for the contractor security training is SUPSHIP JHSV Production Manager, Perry Croney office: (251) 445-5958 Cell: (251) 300-4716 perry.croney@supshipgc.navy.mil. 5.7 The contractor shall furnish all labor, materials (not specified as GFE) and tools to complete the installation within this Service Order. 5.8 The contractor shall take care not to allow debris into the system and prevent entrapped air into the piping upon completion. The contractor shall consult the O.E.M. engine manufacturers MTU Diesel and Isotta Fraschini Diesel for fuel specification requirements and contract same in the event air is required to be vented from the engine fuel system. Contractor shall not disassemble any engine components. 5.9 The contractor and all subcontractors, regardless of tier, shall consult the General Technical Requirements (GTR's) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's including but not limited to: GTR's 1-7, 22-25, 28, and 29. Reference 2.7 above. 5.10 The contractor shall furnish a Marine Chemist Certificate for "Hot Work" and maintain throughout the work period. 5.11 The contractor shall not operate ship's equipment. 5.12 The contractor shall furnish and install blanks or caps on all unattended open fuel piping. 5.13 The contractor is required to access wiring ways in the Mission Bay overhead for the wiring installation to the Navigation Bridge per 3.1.1.4. All disturbed fire panels shall be carefully handled and returned per the O.E.M. recommendations. It shall be the contractor's responsibility to furnish and replace any damaged panels or associated hardware. The contractor shall furnish the equipment required to access the overhead panels. 5.14 The contractor shall follow the MSC Lock Out Tag Out Procedure administered by the vessel's Chief Engineer. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 The contractor is responsible for cleaning and gas freeing all effected work areas and pipe sections prior to hot work. The contractor is responsible for providing the service of a marine chemist and providing a gas free certificate prior to start of hot work. The work areas shall be inspected and maintained by a competent person throughout the work period. 6.2 The contractor shall flush all affected piping using clean diesel fuel. Flush through a 150 micron muslin bag filter at a flow rate of 50 GPM. Acceptance is zero visible particles in the muslin bag. The contractor shall demonstrate to the MSCREP. Reference 2.8 is for guidance. Demonstrate that piping is free of air upon completion as specified in item 5.8. 6.3 Upon completion of flushing the contractor shall pump the diesel fuel through a 150 micron muslin filter bag to a designated holding tank specified by the vessel Chief Engineer. 6.4 The contractor shall furnish a completion report indicating the weight of all components installed including government furnished and contractor furnished items. The list shall be itemized, meters, transmitters, pipe, valves, fittings and misc, Wiring and electrical components and misc. The total weight shall be calculated and reported by electronic excell spread sheet(.XLS) format. 7.0 STATEMENT Of WORK REQUIRED 7.1 Arrangements/Outfitting: None. 7.2 Structural Modifications: None. 7.3 Mechanical/Fluid: 7.3.1 Verify with MSCREP that Ship's Crew performed Lock Out and Tag Out of the fuel and electrical systems before starting work. 7.3.2 Drain fuel lines at specified locations and dispose of IAW all local, state and federal regulations. 7.3.3 Complete piping work on one side of the ship at a time so as not to interfere with vessel plant operations. 7.3.4 Make all temporary removals, rig and unrig, accomplish all required cleaning and gas freeing. Provide Marine Chemist safe for hot work certificate before start of any hot work. Maintain safe for hot work status with competent person during performance period. 7.3.5 Install the transmitters in the location described in Reference 2.2. Emerson MVD transmitters include a backlit display mounted on them. The transmitters, main engines and SSDG's, are to be co-located so that the operator can see all of the transmitter readings simultaneously (The transmitters need only to be co-located in each hull port/starboard). 7.3.6 New piping arrangement shall be field fitted to clear interferences. 7.3.7 The body of the new fuel sensors MUST hang below the piping. It SHALL NOT be installed upside down or on its side. The flow sensor must be oriented with fuel flow direction. Flow direction must be observed and the unit installed accordingly. 7.3.8 Removals 7.3.8.1 Main Engines 7.3.8.1.1 Install blanks on Main Engine Fuel Service Tank supply outlet flange during work procedure. 7.3.8.1.2 Remove section of fuel supply piping on existing fuel pipe to each main engine, using reference 2.1 as guidance. 7.3.8.1.3 Remove section of fuel return piping on existing fuel pipe from each main engine, using reference 2.1 as guidance. 7.3.8.2 SSDG's 7.3.8.2.1 Install blanks on SSDG Fuel Service Tank supply outlet flange during work procedure. 7.3.8.2.2 Remove section of fuel supply piping on existing fuel pipe to each SSDG, using reference 2.1 as guidance. 7.3.9 Installations 7.3.9.1 Main Engines Fuel Supply 7.3.9.1.1 Install Emerson Micro Motion Coriolis F-Series, Model F200S419C3BAEZZZZ sensor. Install new fuel sensor/bypass piping, valves, and fittings; using references 2.1, 2.5 and 2.6 as guidance. Install spray shields over flanged sensor connections as required by Reference 2.6. 7.3.9.1.2 Install manufacturer supplied mounting brackets for supply transmitters using reference 2.2 and 2.4 as guidance. 7.3.9.2 Main Engine Fuel Return 7.3.9.2.1 Install Emerson Micro Motion Coriolis F-Series, Model F100SB81C3BAEZZZZ sensor. Install new fuel sensor/bypass piping and fittings using References 2.1, 2.5 and 2.6 as guidance. 7.3.9.2.2 Install manufacturer supplied mounting brackets for return transmitters using reference 2.2 and 2.4 as guidance. 7.3.9.3 SSDG's Fuel Supply 7.3.9.3.1 Install Emerson Micro Motion Coriolis F-Series, Model F050S239C3BAEZZZZ at the location of the removed SSDG supply pipe. Install new fuel sensor/bypass and fittings using references 2.1, 2.5 and 2.6 as guidance. 7.3.9.3.2 Install manufacturer supplied mounting brackets for supply transmitters using reference 2.2 and 2.4 as guidance. 7.4 Electrical 7.4.1 Removals: None. 7.4.2 Modifications: None. 7.4.3 Installations 7.4.3.1 Install Emerson transmitters and transmitter brackets. 7.4.3.2 Install Emerson Micro Motion GFE provided 4- wire Cable between the fuel oil sensor and the transmitters using references 2.2, and 2.4 as guidance. 7.4.3.3 Connect the transmitters to 120 VAC power using reference 2.2 as guidance. All cable terminations at flow sensor transmitter should be watertight using ½" cable glands. Furnish and install required size supply circuit breaker in spare location of Electrical Distribution Board. Provide a slow blow fuse as recommended in Reference 2.4 on the 120 VAC supply (+/-). Fuse shall be mounted in approved enclosure. Furnish 10EA spare fuses to the MSCREP as spares. 7.4.3.4 Install cable from transmitters in Pump Room 7 & 8 to the Navigation Bridge using Reference 2.2 and 2.4 as guidance. 7.5 Electronics: None Additional. 7.6 Preparation of Drawings 7.6.1 Prepare "red-lined" markups of references 2.1, 2.2, 2.3, showing all new and modified installation accomplished by this work item. 7.6.2 Submit red-lined markups in the following format: three hard copies (11" X 17", or larger, as required for clarity) and one electronically scanned copy in pdf format. 7.7 Inspection/Test 7.7.1 Regulatory Inspections 7.7.1.1 The contractor is responsible for notifying all applicable regulatory bodies of scheduled testing. Failure to obtain regulatory body representatives to witness testing, trial, or inspection shall require rescheduling the test, trial, or inspection at the Contractor's expense. 7.7.2 Tests 7.7.2.1 Clean, flush and vent air from all affected fuel piping to the satisfaction of the MSCREP per item 6.2. 7.7.2.2 Perform a completion test proving that newly installed system is fully operational and ready for use in the presence of the MSCREP. 7.7.2.3 Perform piping alignment, in the presence of MSCREP. 7.7.2.4 Perform a Hydrostatic test of all new and modified piping sections to 150% of the maximum working pressure in the presence of ABS and MSCREP. 7.7.2.5 Perform end to end readout test of flow sensor output at the dedicated laptop. The displayed flow rate at the transmitter should agree with the displayed flow rate at the dedicated laptop. Insure that the 4-20 mA output is selected for "volume flow". 7.7.2.6 Perform cable resistance test in the presence of MSCREP. 7.8 Painting/ Insulation: 7.8.1 Removals 7.8.1.1 Remove all flange shields in way of pipes disturbed in the installation of the fuel sensors. 7.8.2 Installations 7.8.2.1 Install new flange shields on all new and disturbed fuel piping. 7.8.2.2 Prep, Prime, and Paint any and all new or disturbed piping to match surrounding areas. All new piping and valve hand-wheels shall be painted in accordance with ship's color coding sequence for fuel oil. 7.9 Markings 7.9.1 Provide nameplates on each fuel sensor/transmitter installed, indentifying the engine the sensor/transmitter is serving. 7.9.2 Mark fuel oil pipes with flow direction arrows in vicinity of new fuel sensors. 7.10 Manufacturer Representative 7.10.1 Provide services of the fuel meter manufacturer's representative identified in 7.10.4 prior to work start, for consultation and verification of piping configuration and component installation for a correct operating system. 7.10.2 Provide services of the fuel meter manufacturer's representative identified in 7.10.4 to configure the dedicated laptop computer and LabView software to collect volume flow, mass flow and density of diesel fuel. Perform a system check of the sensors for DFM Fuel, NATO Code F-76. Configure the laptop computer to collect and store the information every 15 minutes with a time stamp to the wall clock and store this information for a minimum period of 30 days. Calibrate the sensors with the system and furnish a report with date completed. The services for this item shall be furnished for no less than three (3) eight (8) hour days, for a total of twenty-four (24) man-hours. 7.10.3 Manufacturer's representative shall furnish training to JHSV Chief Engineer and his designee on system operation. 7.10.4 POC for fuel meter manufacturer's representative is: Steve Nelson, Senior Account Manager EMERSON Process Management 7070 Winchester Circle Boulder, Colorado 80301 USA www.micromotion.com stephen.nelson@emerson.com Telephone: (202) 262-0572 8.0 GENERAL REQUIREMENTS: None The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 52.219-28 Post-Award Small Business Program Representation. 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 Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 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 my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 30 September 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Efrem.Mason@navy.mil or faxed via 757-443-5982 Attn: Efrem Mason. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-7401/listing.html)
 
Place of Performance
Address: Austal USA Shipyard, 1 Dunlap Drive, Mobile, Alabama, 36602, United States
Zip Code: 36602
 
Record
SN02719528-W 20120413/120411235321-40a96f2753fcbde0ab573e8dee3dc5ef (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.