Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
MODIFICATION

S -- Bulk Fuel Service for CUVA

Notice Date
1/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
NPS, MWR - Ohio MABO 1113 West Aurora Road Sagamore Hills OH 44067-1678 US
 
ZIP Code
00000
 
Solicitation Number
P16PS00367
 
Response Due
1/28/2016
 
Archive Date
2/12/2016
 
Point of Contact
Bryant, Craig
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A NOTICE OF INTENT FOR REQUEST FOR QUOTE. This is a combined synopsis/solicitation for a commercial item being procured in accordance with the format in Subpart 12.6, and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The National Park Service intends to solicit quotes for a service of Bulk Fuel Cuyahoga Valley National Park in Ohio. This is the solicitation number P16PS00367 and is issued as a request for quote (RFQ). This requirement is a 100% total small business set-aside. The associated NAICS code is 324110. The small business size standard is 1500EMP. Provisions and clauses are, incorporated in this solicitation document. Anticipated Award Date: on or before 1/31/2016 with an effective date of 2/1/2016. To be considered for award your company must obtain a Dun and Bradstreet Number (DUNs). You may obtain this number free of charge at 1(866)705-5711. Your company must also be registered in the System for Award Management (SAM) with the appropriate NAICS code for this solicitation (located in block 10 on the form), web site: https://www.sam.gov. If you have any registration questions, please call 866-606-8220. If you need assistance with registration or updating SAM please contact the Procurement Technical Assistance Center nearest you at (615) 268-6644 or website: http://www.aptac-us.org/new/Govt_Contracting/find.php. GENERAL DESCRIPTION OF STATEMENT OF WORK Independently, and not as an agent of the Government, the Contractor shall furnish all labor, materials, and equipment necessary to provide bulk fuel services in Cuyahoga Valley National Park. Quotes are due at 5:00 PM ET, 25 January, 2016. Offers may be submitted by email to craig_bryant@nps.gov. Questions regarding this solicitation will only be accepted until 12:00 PM ET, 19 January, 2019. OFFERS SHALL INCLUDE THE FOLLOWING: 1.Price quotes that reference the solicitation number. 2.CLIN Structure: 0010 - Bulk Fuel Services (FY16: 02/01/2016 - 01/31/2017) Unit Price $__________ Total Cost (includes discounts) $__________ 0020 - Anticipated Option Year #1: Bulk Fuel Services (FY17: 02/01/2017 - 01/31/2018) Unit Price $__________ Total Cost (includes discounts) $__________ 0030 - Anticipated Option Year #2: Bulk Fuel Services (FY18: 02/01/2018 - 01/31/2019) Unit Price $__________ Total Cost (includes discounts) $__________ 0040 - Anticipated Option Year #3: Bulk Fuel Services (FY19: 02/01/2019 - 01/31/2020) Unit Price $__________ Total Cost (includes discounts) $__________ 0050 - Anticipated Option Year #4: Bulk Fuel Services (FY20: 02/01/2020 - 01/31/2021) Unit Price $__________ Total Cost (includes discounts) $__________ 3. Remittance address and DUNS number 4. If the contractor is claiming an exception or change to the SAM then the contractor must supply FAR Clause 52.213-3 in its entirety 5. Letter of capability 6. Past Performance Questionnaire (see attachment) ATTACHMENTS: ( please view and download all applicable attachments from https://www.fedconnect.net/FedConnect/default.htm ) 1. Statement of Work 2. SCA Wage Determination 3. Fuel Price Worksheet 4. Past Performance Questionnaire The following Federal Acquisition Regulation (FAR) provisions and clauses shall be applicable to this solicitation and award: For full text version of these provisions and clauses, please go to the following internet address: http://farsite.hill.af.mil/ and/or https://www.acquisition.gov/far/. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.212-1 Instructions to Offerors - Commercial Items (Apr 2014) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (DEC 2012) SOLICITATION CLAUSES: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.204-7 System for Award Management (Jul 2013) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.253-1 Computer Generated Forms (Jan 1991) 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT Addenda to 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) To assure timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all quotation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The offeror shall submit in the quotation all requested information specified in this section of the Request for Quote (RFQ) at or before the exact time specified. There will be no public opening of the proposals received as a result of this RFQ. Failure to meet a requirement may result in an offer being ineligible for award. DUE DATES Proposals/Quotes are due by the date listed in Block 8 on page one (1) of this solicitation. Questions are to be submitted via email by 12 noon EST, 19 January 2016. ALL CORRESPONDANCE shall be submitted via email to the person listed in Block 7 of page one (1) of this Solicitation Form SF1449. Email addresses can be found on the first page of this solicitation under General Description of Statement of Work or on the last page under Contract Administration Data. TO SUBMIT AN OFFER 1. Complete page one (1), Blocks 30 a, b, c. of Solicitation Form SF1449. Company name, address, and DUNS number should go in block 17a. 2. Complete attached Fuel Price Worksheet and insert total unit price and amount for ALL line Items in blocks 23 & 24 of Solicitation Form SF1449. 3. Provide: Ensure the Past Performance Questionnaire attached is completed and a Capabilities Statement demonstrating knowledge of, and experience in, the services described in the attached Scope of Work. 4. Submit all required documents via Email by the date and time listed in block 8 of page one (1), Solicitation Form SF1449. REGISTRATION REQUIREMENTS 1.To be considered for award your company must obtain a Dun and Bradstreet Number (DUNS). You may obtain this number free of charge at 1(866)705-5711. 2.Your company must also be registered as a small business in System for Award Management (SAM) with the NAICS code found in block 10 on Page one(1) of this solicitation, NO EXCEPTIONS. The direct SAM website for registration is: https://www.sam.gov/portal/public/SAM/. If you have any registration questions or need assistance, please call the SAM helpdesk at 886-606-8220. You may also receive assistance by contacting the Procurement Technical Assistance Center nearest you at (615)-268-6644 or via their website at: http://www.aptac-us.org/new/Govt_Contracting/find.php. (End of addenda) 52.212-2, Evaluation ¿Commercial Items, or other description of evaluation factors for award (Oct 2014) (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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); Technical and past performances, when combined, are equally important as price. (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) 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive orders (Apr 2015) (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: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (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: 52.219-6, Notice of Total Small Business Aside (Nov 2011) 52.219-9, Small Business Subcontracting Plan (Oct 2014) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer ¿ System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (May 2014) Wage Determination No.: 2005-2415, Revision No.: 16, Date of Revision: 12/29/2015, State: OH 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) This Statement is for Information Only, It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 31363 - Truck Driver, Heavy WG-7 Step 2 $24.09 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (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) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 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. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 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. 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 60 days. (End of clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; 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 5 years. (End of clause) 52.223-3 -- Hazardous Material Identification and Material Safety Data. As prescribed in 23.303, insert the following clause: Hazardous Material Identification and Material Safety Data (Jan 1997) (a) ¿Hazardous material ¿, as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract). (b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract. Material (If none, insert ¿None ¿)Identification No. (c) This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous. (d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered nonresponsible and ineligible for award. (e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor shall promptly notify the Contracting Officer and resubmit the data. (f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property. (g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material. (h) The Government ¿s rights in data furnished under this contract with respect to hazardous material are as follows: (1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to -- (i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of hazardous materials; (ii) Obtain medical treatment for those affected by the material; and (iii) Have others use, duplicate, and disclose the data for the Government for these purposes. (2) To use, duplicate, and disclose data furnished under this clause, in accordance with subparagraph (h)(1) of this clause, in precedence over any other clause of this contract providing for rights in data. (3) The Government is not precluded from using similar or identical data acquired from other sources. (End of Clause) 52.223-10 Waste Reduction Program (May 2011) (a) Definitions. As used in this clause ¿ ¿Recycling ¿ means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. ¿Waste prevention ¿ means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. ¿Waste reduction ¿ means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of section 3(e) of Executive Order 13423, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. (End of Clause) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (a)Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b)The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c)Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of Clause) DIAPR 2011-04, Amendment 4 Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: 1. Copy of vendor invoice document in PDF format, which shows pricing breakdown for all line items. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) DIAR 1452.201-70 AUTHORITIES AND DELEGATIONS (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor ¿s risk. (End of notice) Contract Administration Data Craig D Bryant Contracting Specialist National Park Service 1113 W. Aurora Rd Sagamore Hills, OH 44067 Telephone No. (330) 468-2500 ext: 306 Fax No. (330) 468-2507 Email: Craig_Bryant@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00367/listing.html)
 
Record
SN04001663-W 20160128/160126234807-6ac74033de1f056a642eb594cc10f779 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.