SOLICITATION NOTICE
70 -- Total Asset Visibility (TAV) Suite of Applications Support Services
- Notice Date
- 10/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- N00104 NAVICP MECHANICSBURG PA NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
- ZIP Code
- 00000
- Solicitation Number
- N0010411QQ187
- Response Due
- 10/18/2010
- Archive Date
- 11/2/2010
- Point of Contact
- Amy Rich 717-605-3711
- E-Mail Address
-
amy.rich@navy.mil
(amy.rich@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- RFQ N00104-11-Q-Q187 This acquisition is being issued in accordance with FAR Subpart 13.1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Naval Inventory Control Point (NAVICP), Mechanicsburg, PA has a requirement to acquire Total Asset Visibility (TAV) Suite of Applications Support Services. The Performance Work Statement and Sole Source Statement for this requirement are attached. Solicitation N00104-11-Q-Q187 is issued as a Request for Quotation (RFQ). The Government intends to award a sole source contract to NetWeave Integrated Solutions, Inc. The North American Industry Classification Systems (NAICS) code for this requirement is 541519. A labor hour contract will be issued. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circulars 2005-45 effective 1 Oct 2010 & Class Deviation 2005-e0001. A completed copy of FAR 52.212-3, Alt 1 Offeror Representations and Certifications - Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Items shall be provided with the quotation. The following FAR and DFARS provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference: - FAR 52.212-1, Instructions to Offerors - Commercial Items - FAR 52.212-4, Contract Terms and Conditions- Commercial Items - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Clause 52.212-5 further incorporates the following: 52.203-6 Alt 1, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.222-39, 52.222-50, 52.225-13, 52.232-33 and 52.239-1. - DFARS 252.212-7001, Contract Terms & Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Clause 252.212-7001 further incorporates the following clauses/provisions: 252.225-7001, 252.225-7012, 252.227-7015, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. - DFARS 252.204-7004 Alt A, Required Central Contractor Registration - DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country - DFARS 252.232-7010 Levies on Contract Payments, Responses to this synopsis must be received no later than 5:00 P.M. Eastern Time on Monday, 18 October 2010 and shall be sent via email to amy.rich@navy.mil. Questions should be directed to Amy Rich via email. Performance Work Statement (PWS) Total Asset Visibility (TAV) Suite of Applications Help Desk Support Services 1.0 Introduction: The Navy Supply Information Systems Activity (NAVSISA) is the Information Technology (IT) support provider for the Naval Supply Systems Command (NAVSUP). NAVSISA requires continuing NetWeave interface software support that underpins the connectivity between the Total Asset Visibility (TAV) Suite of Applications; which includes the following systems: Naval Aviation Logistics Command/Management Information System (NALCOMIS); Force Inventory Management Analysis Reporting System (FIMARS); Centralized Point of Entry Network/Virtual Master Stock Item Record (CPEN/VMSIR); and Real-time Reutilization Asset Management (RRAM). This TAV Suite of Applications uses Government off-the-shelf and Commercial off-the-shelf (GOTS-COTS) Navy developed interface software to communicate. Full support of the NetWeave interface software, including testing, routine maintenance, and deficiencies and enhancements to support NALCOMIS, FIMARS, CPEN/VMSIR and RRAM is required. 2.0 Background: The Navy established a goal of attaining visibility and accessibility of all unclassified assets held by all claimants in accordance with mutually agreed upon set of business rules. TAV increases lateral redistribution of assets, increases efficient use of assets, decreases procurement and repair investment costs, reduces duplication of inventory, performs better planning and more informed decisions. Communications between the TAV Suite of Applications is attained by utilizing broad-based middleware (NetWeave) GOTS-COTS interface software that allows users to interconnect their otherwise incompatible legacy computer systems and to open them up to modern technologies of workstations, LANs, and SQL servers. This software was designed specifically to support the high performance, scalability, reliability, and data integrity needs of mission-critical, distributed applications. The vendor supported middleware (NetWeave) serves as the glue, which binds diverse computer systems that were not designed to communicate with each other, into a seamless application network. 2.1 Requiring Organization: Navy Supply Information Systems Activity (NAVSISA) Code 9241 5450 Carlisle Pike, Bldg 409 Mechanicsburg, PA 17055-0787 2.2 Project Description: Navy Supply Information Systems Activity (NAVSISA) is the Central Design Agency for NALCOMIS, FIMARS, CPEN/VMSIR and RRAM, which rely heavily on NetWeave software support. A complete spectrum of activities from preparing functional and environmental requirements documents, trouble shooting, analyzing, fixing, testing, problem resolution and mentoring. 3.0 Scope: This Performance Work Statement (PWS) is to acquire contractor Information Technology (IT) maintenance and production support of the NetWeave software for the suite of TAV Applications. This includes a complete spectrum of activities from preparing functional and environmental requirements documents, trouble shooting, testing and support to meet standard solutions as provided. It will be in compliance with DoD regulation force at the time the solution is made and installed. It will include tangible deliverables, such as identification and analysis of deficiencies, maintaining program code updates utilizing approved solutions, creating test plans, and other functional and technical products in accordance with Navy standards. 4.0 Directives: -SECNAV Instruction M5510.30a Department of the Navy Personnel Security Program; -DFARS 252.204-7000; -DFARS 252.204-7003; -DOD Instruction 8500.2 Information Assurance Implementation; -DON Federal Information Security Management Act (FISMA) Guidance; -DOD Directive 8570.1-M, December 2005, Information Assurance Training, Certification and Workforce Management; -Department of Defense (DOD) Manual 4161.2M - Manual for Performance of Government Property Administration; -NAVSISA Project Management Methodology (PMM) Guidebook; and -NAVSISA Standard Service Process (NSSP). 5.0 Requirements: The contractor shall be contractually obligated to perform every requirement in this performance work statement. Not every performance requirement has a related performance standard or assessment method expressed in this document. In such cases the performance standard or assessment method is either inherent in the requirement or performance is to be in accordance with standard commercial practice. 5.1 Analyze, identify, revise, upgrade and test broken functions and products and provide recommended solutions for implementation by Navy personnel. The Contractor shall maintain NetWeave software program code for interfaces utilizing technical products in accordance with the technical solution. The code must comply with Navy published standards and conventions, and comply with the statutory requirements of Section 508 of the Rehabilitation Act. Performance Standard: Specific due dates will be assigned for each deliverable or task. Each deliverable is to be completed no later than five business days of the assigned due date. Assessment Method: The Technical Point of Contact (TPOC) will review deliverables; provide an acceptance/rejection notice for deliverables. As necessary, schedule meetings; provide the technical resources necessary to install application software; provide test data from existing legacy system test databases to test system interfaces; and provide clarification on business requirements and technical design issues. 5.2 Upgrade program code to work across the suite of TAV applications and comply with firewall policies, DODPKI, and any other security policies implemented in the DOD (refer to http://infosec.navy.mil/content.html under Documentation|Fleet Infosec Working Documents). The Contractor shall maintain NetWeave software program code for interfaces utilizing technical products in accordance with the technical solution and best business practices. The code must comply with Navy published standards and conventions and with the statutory requirements of Section 508 of the Rehabilitation Act. Performance Standard: Specific due dates will be assigned for each deliverable or task. Each deliverable is to be completed no later than five business days of the assigned due date. Assessment Method: The Technical Point of Contact (TPOC) will review deliverables and provide an acceptance/rejection notice for deliverables. As necessary, schedule meetings; provide the technical resources necessary to install application software; provide test data from existing legacy system test databases to test system interfaces; and provide clarification on business requirements and technical design issues. The TPOC will review and approve proposed technical or functional solutions. 5.3 Maintain NetWeave interface functionality to include approved submitted trouble tickets, program trouble reports (PTRs), policy changes or deficiencies found during testing, and general support. The Contractor shall maintain NetWeave software program code for interfaces utilizing technical products in accordance with the technical solution. The code must comply with Navy published standards and conventions, including existing Trouble Ticket Incident Report (TTIR) procedures, and with the statutory requirements of Section 508 of the Rehabilitation Act. Performance Standard: Specific due dates will be assigned for each deliverable or task. Each deliverable is to be completed no later than five business days of the assigned due date. Assessment Method: The TPOC will review deliverables and provide an acceptance/rejection notice for deliverables. As necessary, schedule meetings; provide the technical resources necessary to install application software; provide test data from existing legacy system test databases to test system interfaces and, provide clarification on business requirements and technical design issues. The TPOC will monitor number of problem sheets received and review monthly trouble ticket reports to confirm completion within five days of the assigned due date. 5.4 Conduct program and impact analysis. The Contractor shall maintain, develop, and modify requirements statements, functional descriptions, system specifications, integrated test plans and implementation plans. Contractor shall describe detailed inputs and outputs, data environment, flowcharts, detailed processing, and programming logic. Contractor shall attend and participate in project-related meetings and product walk-throughs related to assigned tasks. Performance Standard: Provide an accurate analysis and estimated completion date that considers all reasonable factors associated with the problem, its remedy, and deployment into the production environment. The analysis shall be in accordance with best business practices and actual hours will be within the preliminary estimate range of -25% and +50%. Assessment Method: The TPOC will review documentation to ensure compliance with best business practices. 5.5 Project management and oversight. The Contractor shall serve as the System Integration Test (SIT) Director for the interface testing portion of the test initiative. Performance Standard: Attend and participate in project meetings related to assigned tasks. Assessment Method: The TPOC will ensure all test events are completed including resolution of trouble tickets prior to certification. 5.6 Write test events, prepare test data, and conduct testing on TAV application interfaces and perform integrated testing. Maintain program code for interfaces utilizing technical products in accordance with NAVSISA technical solution and in accordance with best business practices. The code must comply with NAVY published standards and conventions and maintain system integrity while building test data. The code must comply with the statutory requirements of Section 508 of the Rehabilitation Act. Performance Standard: Specific due dates will be assigned for each deliverable or task. Each deliverable will be completed no later than five business days of the assigned due date. Assessment Method: The TPOC will review deliverables and provide an acceptance/rejection notice for deliverables. As necessary, schedule meetings; provide the technical resources necessary to install application software; provide test data from existing legacy system test databases to test system interfaces and, provide clarification on business requirements and technical design issues. The TPOC will review and approve proposed technical or functional solutions. 5.7 Maintenance of existing system and customer support. The Contractor shall monitor the NetWeave software to ensure all production processes are functioning correctly. Implement or assist in the implementation of interface enhancements and fixes and provide post-implementation production support. Provide notification of interface production problems via direct communication (email, phone or face-to-face) to the TAV team lead immediately following determination or problem; provide email notification to customer of downtime due to problem or implementation. Provide production support to NALCOMIS, FIMARS, CPEN/VMSIR and RRAM Navy customers, as approved by the TPOC. Attend off-site meetings as directed by the TPOC. Performance Standard: In the event of a work stoppage, responses must be started within one-half business day of receipt of notification. Assessment Method: The TPOC will review deliverables. As necessary, schedule meetings; provide clarification on business requirements, problem status and resolution, implementation instructions, and system issues. Respond, analyze and recommend a solution to program trouble report (PTR) identified within one business day. 6.0 Deliverables: 6.1 The contractor shall meet with the TPOC periodically to review progress and accomplishments, discuss and resolve problems, evaluate performance, and determine adequacy of staffing. 6.2 The contractor shall provide monthly status reports, via e-mail, detailing tasks performed, hours expended, and planned tasks. Monthly status reports will be provided to the TPOC and the Contracting Officer ™s Representative (COR). 6.3 The contractor shall provide weekly trouble ticket status and help desk issues, to the TPOC, listing ticket numbers, description of each problem or issue, resolutions, and any other related information. 6.4 The contractor shall provide requirements statements, functional descriptions, system specifications, integrated test plans and implementation plans. 7.0 Place of Performance: Work will be performed at the contractor ™s facility and/or at NAVSISA, Building 409, Mechanicsburg, PA. 8.0 Period of Performance: For a base period of eight months from 11 November 2010 to 10 July 2011 with one 4-month option period from 11 July 2010 to 10 November 2011. NAVSISA ™s normal working hours are 0600 to 1800, Monday through Friday. The contractor is not authorized to begin work until both the Visit Authorization Request (VAR) and System Authorization Access Request (SAAR) forms have been successfully processed and base and system access have been granted. 9.0 Travel: No travel is anticipated, but, if travel is necessary, travel must be authorized in advance by the TPOC and the Contracting Officer ™s Representative (COR). Travel will be reimbursed in accordance with the Joint Travel Regulations (JTR). 10.0Security: SUP 5252.204-9400 Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems (May 2010) Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 “ œDoD Implementation of Homeland Security Presidential Directive “ 12 (HSPD-12) dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives. This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform certain unclassified both non-sensitive and sensitive duties. It is the responsibility of the command/facility where the work is performed to ensure compliance. The requirement to control access to sensitive information applies to all US government IT systems and/or areas where unclassified but sensitive information may be discussed, displayed or maintained. DON policy prescribes that all unclassified data that has not been approved for public release and is stored on mobile computing devises must be treated as sensitive data and encrypted using commercially available encryption technology. Whenever granted access to sensitive information, contractor employees shall follow applicable DoD/DoN instructions, regulations, policies and procedures when reviewing, processing, producing, protecting, destroying and/or storing that information. Operational Security (OPSEC) procedures and practices must be implemented by both the contractor and contract employee to protect the product, information, services, operations and missions related to the contract. The contractor shall designate an employee to serve as the Contractor ™s Security Representative. Within three work days after contract award, the contractor shall provide to the Navy Command ™s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor ™s Security Representative. The Contractor ™s Security Representative shall be the primary point of contact on any security matter. The Contractor ™s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer. Non-Sensitive Positions Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc...) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements: Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the US (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a Federal Bureau of Investigation (FBI) fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor ™s Security Representative must submit for all employees each of the following: SF-85 Questionnaire for Non-Sensitive Positions Two FD-258 Applicant Fingerprint Cards Original Signed Release Statements The contractor shall ensure each individual employee has a current favorably completed NACI. The Contractor ™s Security Representative shall be responsible for initiating reinvestigations as required. Failure to provide the required documentation at least 30 days prior to the individual ™s start date shall result in delaying the individual ™s start date. Sensitive Positions Contractor employee whose duties require accessing a DoD unclassified computer/network, working with sensitive unclassified information (either at a Government or contractor facility), or physical access to a DoD facility must be a US citizen and possess a favorable trustworthiness determination prior to installation access. To obtain a favorable trustworthiness determination, each contractor employee must have a favorably completed National Agency Check with Local Credit Checks (NACLC) which consists of a NACI including a FBI fingerprint check plus credit and law enforcement checks. Each contractor employee applying for a trustworthiness determination is required to complete: SF-85P Questionnaire for Public Trust Positions Two FD-258 Applicant Fingerprint Cards Original Signed Release Statements Failure to provide the required documentation at least 30 days prior to the individual ™s start date shall result in delaying the individual ™s start date. To maintain continuing authorization for an employee to access a DoD unclassified computer/network, and/or have access to sensitive unclassified information, the contractor shall ensure that the individual employee has a current requisite background investigation. The Contractor ™s Security Representative shall be responsible for initiating reinvestigations as required and ensuring that background investigations remain current (not older than 10 years) throughout the contract performance period. IT Systems Access When access to IT systems is required for performance of the contractor employee ™s duties, such employees shall in-process with the Navy Command ™s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual ™s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command ™s Security Manager at least 30 days prior to the individual ™s start date. Failure to provide the required documentation at least 30 days prior to the individual ™s start date shall result in delaying the individual ™s start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor ™s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. Security Approval Process The Contractor ™s Security Representative shall ensure that each individual employee pending assignment shall accurately complete the required forms for submission to the Navy Command ™s Security Manager. The Contractor ™s Security Representative shall screen the investigative questionnaires for completeness and accuracy and for potential suitability/security issues prior to submitting the request to the Navy Command ™s Security Manager. Forms and fingerprint cards may be obtained from the Navy Command ™s Security Manager. These required items, shall be forwarded to the Navy Command's Security Manager for processing at least 30 days prior to the individual employee ™s anticipated date for reporting for duty. The Navy Command ™s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy Command ™s Security Manager may render the contract employee ineligible for the assignment. A favorable review of the questionnaire and advance fingerprint results are required as an interim measure prior to the contract employee start date. An unfavorable determination made by the Navy Command ™s Security Manager is final and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. If contractor employees already possess a current favorably adjudicated investigation, the Navy Command ™s Security Manager will use the Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS). The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee ™s performance under the contract. The Navy Command ™s Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a position of trust determination. When a favorable determination is not made, contractor employees shall not be permitted to work on this contract effort and if already working on the contract shall be removed immediately. The potential consequences of any requirements under this clause including denial of access for a proposed contractor employee who fails to obtain a favorable trustworthiness determination in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees for working in non-sensitive positions, with sensitive information, and/or on Government IT systems. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have physical access to a federally controlled facility and/or access to a federally-controlled information system/network and/or access to government information. (End of Clause) 252.239-7001 Information Assurance Contractor Training and Certification (Jan 2008) (a) The Contractor shall ensure that personnel accessing information systems have the proper and current information assurance certification to perform information assurance functions in accordance with DoD 8570.01-M, Information Assurance Workforce Improvement Program. The Contractor shall meet the applicable information assurance certification requirements, including ” (1) DoD-approved information assurance workforce certifications appropriate for each category and level as listed in the current version of DoD 8570.01-M; and (2) Appropriate operating system certification for information assurance technical positions as required by DoD 8570.01-M. (b) Upon request by the Government, the Contractor shall provide documentation supporting the information assurance certification status of personnel performing information assurance functions. (c) Contractor personnel who do not have proper and current certifications shall be denied access to DoD information systems for the purpose of performing information assurance functions. (end of clause) DoD 8570.01-M Information Assurance Workforce Improvement Program ________No Additional IA Certification required. ___X____Information Assurance DoD 8570.01-M Required: IA certification level: IAM Level 1 Computing environment certification: None Unless provided with quote/proposal, contractor shall provide proof of IA workforce certification and computing environment certification within 180 days of date of award or by 12/31/2010, whichever is earlier. Additional IA Certification(s) must be forwarded to: TBD 11.0 Qualifications/Experience: The contractor shall provide experienced resources to support the Navy staff located at NAVSISA Mechanicsburg or at the contractor facility. The support may be provided through a combination of full-time and part-time resources. Resources shall possess knowledge or have experience in the following: 11.1 System Intregration: -Capacity management and tuning; -UNIX OS (LINUX SOLARIES HP-UX AIX) for use in programming and management; -MQseries; -Using open standards; -Knowledge of various window versions for coding and management; -Knowledge of routers, LANS, and TCP/IP for use in programming and support of interfaces; -Project Management of Navy projects; and -Moving Navy applications. 11.2 Data Communications: -Writing and supporting parallel programming, non-stop coding, non-blocking, and multi-threaded coding environments; -COBOL, TAL, TACL, C, Scripting, binary machine languages, and some 8088 assembler programming; -Create and maintain common code base across the Navy systems regardless of the OS and application; -Large, integrated systems and the implementation of upgrades that affect external or interfaces and commands/organizations; -Requirements determination and writing functional requirements documentation; -Analysis of proof of concepts, product evaluations, and benchmarking; -Communication protocols-HLAPI interfaces; -Scripting and Macro languages; -Asynchronous Wide Area (AWAN) devices for connecting systems via TCP/IP networks, modems; -Configuring windows servers as part of Ethernet networks and DSU/CSU and communication controllers; -Communications between Tandem computers, windows and UNIX systems; -Developing, integrating, installing, and supporting Navy interfaces; -Configured NT servers as part of Ethernet networks; -Configure modems, DSU/CSUs and communication controllers; -Integration of NT server as a proxy server, using PPTP for secure communications between Tandem computers, HP9000s; -Integration of COTS for Reliable File Transfer (RFT) over a TCP/IP network; and -Writing test events and execution of those test events. 12.0Government Furnished Equipment: The Government will provide work facilities to the on-site contractor, as well as computer hardware/software required, and access to local telephones with voice mail and long distance when the contractor is acting on behalf of the Government. The Government will provide access to application documentation, technical personnel, and system applications. 13.0Non-Disclosure Agreement: The Business Sensitive Information Non-disclosure Agreement is required for this order. Refer to DFARS 252.204-7000, Disclosure of Information, and DFARS 252.204-7003, Control of Government Personnel Work Product. 14.0Points of Contact: Technical Point of Contact (TPOC): TBD Contracting Officer ™s Representative (COR): TBD Procedures for Contractor Access to NAVSISA/DECC Systems or Physical Access Longer than 21 Days 1. A company letter to the Technical Point of Contact (TPOC) is required containing the following information: a. Contract Information (1) Contract Number (2) Date Issued (3) Date of Expiration (4) Name and phone number of the TPOC (5) Purpose (6) Systems to be accessed (7) Files/Data required (8) Type of access required (i.e., inquiry/update/delete) (9) Equipment to be used with location and mode of access identified (10) Security point of contact including address and phone number b. Information for all contractor employees requesting access, to include: (1) Full Name (2) Job Title (3) Date of Birth (4) Place of Birth (5) Citizenship (6) Social Security Number (7) Naturalization Number (if applicable) (8) If a Government background check has not been completed, the Joint Personnel Adjudication System (JPAS) must contain the date the
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010411QQ187/listing.html)
- Record
- SN02311347-W 20101016/101014234217-232352885dd687e0320aca1ca5ebcf64 (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 |