Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

34 -- One (1) New Thermal Diffusivity & Thermal Conductivity Measurable System - Package #1

Notice Date
8/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332117 — Powder Metallurgy Part Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0178
 
Archive Date
9/19/2015
 
Point of Contact
Justin Bonhomme, Phone: 3013941088
 
E-Mail Address
justin.p.bonhomme.civ@mail.mil
(justin.p.bonhomme.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
508 GPAT 508 Solicitation Language SOLICITATION Evaluation Criteria (LPTA) Salient Characteristics Combo Synopsis Solicitation for Commercial Items 1. Class Code: 34 2. NAICS Code: 332117 3. Subject: One (1) New Thermal Diffusivity & Thermal Conductivity Measurable System 4. Solicitation Number: W911QX-15-T-0178 5. Set-Aside Code: N/A 6. Response Date: 9/4/2015 7. Place of Performance: US Army Contracting Command - Aberdeen Proving Ground US Army Research Laboratory - APG Aberdeen Proving Grounds APG, MD 21005-5001 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-15-T-0178. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 05 August 2015. (iv) This acquisition is a full and open. No Set-Aside. The associated NAICS code is 332117. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, One (1) Thermal Diffusivity & Thermal Conductivity Measurement System that conforms to all of the requirements listed in the attached Salient Characteristics. (vi) Description of requirements: Salient Characteristics: The Government requires One (1) New Thermal Diffusivity & Thermal Conductivity Measurable System to be delivered and installed to Aberdeen Proving Grounds (APG), MD. The Contractor shall ensure the aforementioned New Thermal Diffusivity & Thermal Conductivity Measurable System meet all of the following requirements: • The system shall be capable of measuring thermal diffusivity and thermal conductivity at least from room temperature or below up to at least 1600 degrees centigrade. • The system shall be capable of measuring thermal diffusivity and thermal conductivity of samples in air, nitrogen, argon or helium atmospheres and in a vacuum (10-3 Torr or lower pressure) • The system shall be capable of measuring thermal diffusivity from 0.01 mm2/s or lower and up to at least 1000 mm2/s • The system shall be capable of measuring thermal conductivity from 0.1 W/mK or lower up to at least 2000 W/mK • Repeatability for the measurements of thermal diffusivity shall be ±2% or less • Repeatability for the measurements of specific heat shall be ±3.5% or less • Repeatability for the measurements of thermal conductivity shall be ±3.5% or less • Accuracy for the measurements of thermal diffusivity shall be ±2.3% or less • Accuracy for the measurements of specific heat shall be ±4% or less • Accuracy for the measurements of thermal diffusivity shall be ±5% or less • Accuracy for the measurements of temperature shall be ±1% or less • Laser energy shall be transferred to sample via fiber optic light guide in a "down-firing" mode to reduce ablation effects from repeated measurement • The system shall use a laser with a maximum energy of no less than 35 J and a pulse duration no greater than 400 µs • Uniformity of Laser Pulse Illumination shall be at least 99% • Detectors shall be fully removable from the furnace (for efficient cleaning of windows, and to facilitate safe filling with LN2) • System shall support a minimum of six (6) simultaneous samples with at least 12.7 mm diameter • All six (6) samples should be controlled at the same thermal environment for the duration of the experiment • Software shall include main models for heat loss correction, multi-layer analysis, exact pulse width correction, "Goodness of Fit" statistics for optimization, and advanced heat loss calculations • Compatible computer with the following specification and accessories as a minimum requirement shall be included: o Operating system - 32 -bit versions of Windows XP Professional, Vista Business, Vista Ultimate, or Windows 7 Ultimate; o Processor - InteR l CoreT 2 Duo., 2.93 GHz with 3 MB L2 cache; o Graphic Memory - 128 M; o Periphery - one RS232 serial port and three USB ports o Random Access Memory - 4 GB RAM o Hard Drive - 80 Gb o CD- ROM - 48x CD-ROM or DVD o Monitor - 24" wide screen LCD with 1024x768 resolution and 64K colors o Key board o Mouse • No additional charge for the following: One (1) year (including parts and labor, excluding consumables)  Guaranteed response times for phone calls, shipment of parts, and equipment repair  Free Hotline Telephone support from 8:30 to 4:30pm (EST) Monday through Friday provided by our Applications Lab Staff  Free technical support  Theory & Applications course and various e-training Quickstart course options (vii) Delivery of New Thermal Diffusivity & Thermal Conductivity Measurable System is required within (180) days after contract award /OR brought with installation technicians at the time of installation. Delivery shall be made to the Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), Loading Dock Building 4600, MD 21005-5069. Acceptance shall be performed at the ARL, APG. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: 508 Compliance Provisions can be located via: http://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-section-508-standards/section-508-standards Section 508 Program Need Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Application/Operating System Software." Section 508 Product Requirements Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Electronic and Information Technology (EIT) deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Section 508 Evaluation Factors Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed GPAT, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. Section 508 Acceptance Criteria Software Application delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Application/Operating System Software delivered must include a completed GPAT, a sample of which is included as a part of this solicitation. 1194.21 Software applications and operating systems. (a) When software is designed to run on a system that has a keyboard, product functions shall be executable from a keyboard where the function itself or the result of performing a function can be discerned textually. (b) Applications shall not disrupt or disable activated features of other products that are identified as accessibility features, where those features are developed and documented according to industry standards. Applications also shall not disrupt or disable activated features of any operating system that are identified as accessibility features where the application programming interface for those accessibility features has been documented by the manufacturer of the operating system and is available to the product developer. (c) A well-defined on-screen indication of the current focus shall be provided that moves among interactive interface elements as the input focus changes. The focus shall be programmatically exposed so that assistive technology can track focus and focus changes. (d) Sufficient information about a user interface element including the identity, operation and state of the element shall be available to assistive technology. When an image represents a program element, the information conveyed by the image must also be available in text. (e) When bitmap images are used to identify controls, status indicators, or other programmatic elements, the meaning assigned to those images shall be consistent throughout an application's performance. (f) Textual information shall be provided through operating system functions for displaying text. The minimum information that shall be made available is text content, text input caret location, and text attributes. (g) Applications shall not override user selected contrast and color selections and other individual display attributes. (h) When animation is displayed, the information shall be displayable in at least one non-animated presentation mode at the option of the user. (i) Color coding shall not be used as the only means of conveying information, indicating an action, prompting a response, or distinguishing a visual element. (j) When a product permits a user to adjust color and contrast settings, a variety of color selections capable of producing a range of contrast levels shall be provided. (k) Software shall not use flashing or blinking text, objects, or other elements having a flash or blink frequency greater than 2 Hz and lower than 55 Hz. (l) When electronic forms are used, the form shall allow people using assistive technology to access the information, field elements, and functionality required for completion and submission of the form, including all directions and cues. 1194.31 Functional performance criteria. (a) At least one mode of operation and information retrieval that does not require user vision shall be provided, or support for assistive technology used by people who are blind or visually impaired shall be provided. (b) At least one mode of operation and information retrieval that does not require visual acuity greater than 20/70 shall be provided in audio and enlarged print output working together or independently, or support for assistive technology used by people who are visually impaired shall be provided. (c) At least one mode of operation and information retrieval that does not require user hearing shall be provided, or support for assistive technology used by people who are deaf or hard of hearing shall be provided. (d) Where audio information is important for the use of a product, at least one mode of operation and information retrieval shall be provided in an enhanced auditory fashion, or support for assistive hearing devices shall be provided. (e) At least one mode of operation and information retrieval that does not require user speech shall be provided, or support for assistive technology used by people with disabilities shall be provided. (f) At least one mode of operation and information retrieval that does not require fine motor control or simultaneous actions and that is operable with limited reach and strength shall be provided. 1194.41 Information, documentation, and support. (a) Product support documentation provided to end-users shall be made available in alternate formats upon request, at no additional charge. (b) End-users shall have access to a description of the accessibility and compatibility features of products in alternate formats or alternate methods upon request, at no additional charge. (c) Support services for products shall accommodate the communication needs of end-users with disabilities. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-price factors. All non-price factors and sub-factors will be evaluated as "Acceptable/GO" or "Unacceptable/NO GO". There are three (3) Evaluation Factors: Factor I-Technical; Factor II- Past Performance; Factor III-Cost. The Technical sub-factors are considered GO/NO GO. If the offeror's proposal does not meet any of the requirements in Factor I, they will be immediately removed from contention for award. In order for an offeror to be considered for award, the proposal must receive an "Acceptable/GO" rating for all non-price factors. Technical: The technical acceptability factor of the evaluation will be a determination as to whether the offeror's proposal meets the Salient Characteristics in the solicitation. There are many aspects which may affect an offeror's ability to meet the solicitation requirements and these aspects will be included as sub-factors of technical rating factor; to include technical approach, corporate experience, and personnel requirements. The Technical element of the evaluation shall be based solely on information furnished by the offeror. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish, as part of their proposal, all descriptive material (such as cuts, illustrations, drawings, certifications, personnel credentials, or other information) necessary for the Government to determine if the offeror's approach meets the performance characteristics and specifications of the solicitation. In a case where an offeror fails to provide enough information to determine their proposal meets the performance characteristics and specifications in the solicitation, a technically "Unacceptable/NO GO" rating will be assigned. The evaluation team will assess the offeror's proposal against this requirement to determine whether the proposal is "Acceptable/GO" or "Unacceptable/NO GO", using the ratings and descriptions outlined in Table A. Table A - Technical Acceptable/Unacceptable Ratings Rating Description Acceptable/GO Proposal meets all technical requirements and indicates an adequate approach and understanding of the requirements. Unacceptable/NO GO Proposal does not meet requirements and/or contains one or more deficiencies. Proposal is unawardable. a) Subfactor I: Technical Approach: Proposals will be evaluated to determine if the technical approach conforms to the performance requirements set forth in the solicitation. Offerors' proposals shall address each portion of the Salient Characteristics and indicate an adequate understanding of the areas set forth in the Solicitation. b) Subfactor 2: Corporate Experience: Proposals will be evaluated to determine if offerors meet the minimum corporate experience required in performing efforts of similar size and scope. Corporate experience is defined as the offeror's experience in the area of Thermal Diffusivity & Thermal Conductivity Measurement Systems as a corporation, not individual personnel experience. In order to be considered for award, an offeror must have twelve (12) months of continuous, recent, and relevant experience selling Thermal Diffusivity & Thermal Conductivity Measurement Systems that is the same as or similar to, the scope, magnitude, and complexity of the work described by this solicitation. If an offeror fails to meet any of these criteria, they will be assigned an "Unacceptable" rating for experience. Past Performance: The Government will evaluate the offeror's record of past performance and current performance to ascertain the probability of successfully performing the required effort of the Salient Characteristics. This assessment will be based on the Offeror's record of relevant and recent past performance information that pertains to the services outlined in the solicitation requirements. "Relevant" is defined as the offeror's performance of a requirement(s) of similar scope, magnitude, and complexity as compared to the current requirement. "Recent" is defined as an offeror's performance of a requirement(s) within the past twelve (12) months. The past performance information will be reviewed to determine how well the offeror performed during the previous effort(s). Sources of past performance are as follows: • Past performance information may be provided by the offeror • Past performance information will be obtained from any other sources available to the Government to include, but not limited to, Past Performance Information Retrieval System (PPIRS) or other databases; interviews with Program Managers, Contracting Officers, and Fee-Determining Officials; and the Defense Contract Management Agency Past performance will be rated on an "Acceptable/GO" or "Unacceptable/NO GO" basis using the ratings in Table B. Table B - Past Performance Evaluation Ratings Rating Description Acceptable/GO Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable/NO GO Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." Price: It is the intention of the Government to award a Firm Fixed Price contract. The Government will not award a contract to an offeror whose proposed rates are determined to be unreasonable or unrealistic. The Government will evaluate price reasonableness for this fixed priced effort on the basis of the competitive offerors received in accordance with FAR 15.404-1(b)(2). Price will be evaluated based on the total proposed price, including options. Should the Government determine proposed prices are unrealistically low (an indication of "buy-in"), or that the offeror does not have an understanding of the requirement due to the unrealistically low price proposed, this will be considered a performance risk at which time the Government may remove the offeror from contention for award. If there is no relevant pricing competition, the Government will utilize aspects of FAR Part 15.404-1 to make a fair and reasonable price determination. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause None. (i) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3 GRATUITIES (APR 1984), 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006), 52.203-6 (Alt 1) RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006), 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013), 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013), 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2014), 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013), 52.222-3 CONVICT LABOR (JUN 2003), 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014), 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999), 52.222-26 EQUAL OPPORTUNITY (MAR 2007), 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUL 2014), 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014), 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (JUL 2014), 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010), 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015), 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011), 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008), 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013), 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICALS (SEP 2011), 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011), 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011), 252.215-7007 NOTICE OF INTENT TO RESOLICIT (JUN 2012), 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011), 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2012), 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013), 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012), 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006), 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012), 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013), 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002); 252.215-7008 ONLY ONE OFFER (OCT 2013); 252.222-7007 REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015); 252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005); 252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014); 252.239-7017 NOTICE OF SUPPLY CHAIN RISK (NOV 2013); 252.239-7018 SUPPLY CHAIN RISK (NOV 2013); 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) ; 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015); 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015); 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013); 252.225-7020 TRADE AGREEMENTS CERTIFICATE--BASIC (NOV 2014); 252.225-7021 TRADE AGREEMENTS--BASIC (NOV 2014) (ii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS and local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.252-2 CLAUSES INCORPORATED BY REFERENCE; 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002); 52.016-4407 TYPE OF CONTRACT (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999); 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); 52.011-4401ALT RECEIVING ROOM REQUIREMENT - APG ALTERNATE I (JAN 2003); APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE; 52.246-2 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996), 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013), 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014), 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992); 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JULY 2013); 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014); 252.204-7000 DISCLOSURE OF INFORMATION (AUG 2013); 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (NOV 2014) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 04 September 2015, by 11:59 PM ET, at the Army Contracting Command - Aberdeen Proving Ground, Adelphi Contracting Division. Please submit proposals via email to Mr. Justin Bonhomme at justin.p.bonhomme.civ@mail.mil. Responses to this notice are due on or before 9/04/2015 by email at Justin.p.bonhomme.civ@mail.mil Point of Contact for this notice is Justin Bonhomme, 301-394-1088, Justin.p.bonhomme.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3fac92d186abf5bf8f575b4d6af769f6)
 
Place of Performance
Address: US Army Research Laboratory, Aberdeen Proving Grounds, BLDG 434, APG, MD 21005-5001, Aberdeen, Maryland, 2090, United States
 
Record
SN03861828-W 20150830/150828235720-3fac92d186abf5bf8f575b4d6af769f6 (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.