Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

R -- FABRICATE TEM SPECIMENS AND MAINTAIN TEM EQUIPMENT

Notice Date
3/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-12-RQ-0207
 
Archive Date
5/31/2012
 
Point of Contact
Randy E. Schroyer, Phone: (301) 975-6314, Cheryl Rice, Phone: 3019753696
 
E-Mail Address
randy.schroyer@nist.gov, cheryl.rice@nist.gov
(randy.schroyer@nist.gov, cheryl.rice@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NO.: SB1341-12-RQ-0207 TITLE: TRANSMISSION ELECTRON MICROSCOPE (TEM) SPECIMEN FABRICATION AND EQUIPMENT MAINTENANCE THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 - STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13 SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 541712 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business*** ***The National Institute of Standards and Technology is seeking to acquire fabrication of TEM specimens and maintenance for all related TEM instrumentation*** ***All interested small businesses may provide a firm fixed-price quotation for the following: BASE PERIOD CLIN 0001: Contractor Performance of Requirements associated with Tasks 1-2 and Related Deliverable(s) in the Performance Work Statement (PWS). QTY: 1 JOB OPTION YEAR 1 CLIN 0002: Contractor Performance of Requirements associated with Tasks 1-2 and Related Deliverable(s) in the Performance Work Statement (PWS). QTY: 1 JOB OPTION YEAR 2 CLIN 0002: Contractor Performance of Requirements associated with Tasks 1-2 and Related Deliverable(s) in the Performance Work Statement (PWS). QTY: 1 JOB OPTION YEAR 3 CLIN 0002: Contractor Performance of Requirements associated with Tasks 1-2 and Related Deliverable(s) in the Performance Work Statement (PWS). QTY: 1 JOB The following is the Performance Work Statement (PWS): Transmission Electron Microscope (TEM) Specimen Fabrication for NIST Efforts in Nanostructured Battery Electrode Materials 1. BACKGROUND: The Metallurgy Div. of the Material Measurement Laboratory (MML) at the National Institute of Standards and Technology (NIST) is working with the Department of Energy (DoE) and US industry to enable evaluation of nanostructured materials including for battery electrode applications. Transmission electron microscopy (TEM) and high resolution transmission electron microscopy (HRTEM) are key resources for determining the microstructure of select materials and technical support is required for fabrication of specimens with thickness and geometry suitable for TEM and HRTEM examination. 2. SCOPE OF WORK: This project covers the fabrication of specimens suitable for TEM study and evaluation from bulk and thin film materials provided by NIST research staff. The Contractor shall also provide routine maintenance for the equipment required for specimen preparation, including ion mill, ion polisher and dimplers. 3. SPECIFIC REQUIREMENTS: The Contractor shall provide all support for project oversight, equipment, administration and technical execution of this effort. The Contractor is responsible for maintaining accurate records of project activities. Task 1: Prepare a total of at least eight (8) high-quality planview and/or cross-section specimens each month for twelve (12) months for TEM and HRTEM examination of specimens. NIST researchers will provide the materials for specimens to the Contractor. Preparation of cross-section specimens from thin films includes cutting, sandwiching, dimpling, and ion milling or from stock includes cutting, shaping, and milling using ion-milling techniques. Procedures shall be detailed in a research logbook(s) and specimen report sheets (supplied by NIST) with sufficient detail such that a person knowledgeable in the field could interpret details. Task 2: Conduct routine maintenance of equipment required for specimen fabrication in accordance with maintenance manuals and/or NIST standard procedures. 4. DELIVERABLES: Task 1: At least eight (8) monthly TEM and HRTEM specimens to be delivered to the NIST Technical Point of Contact that shall meet the quantity, quality and timeframe requirements specified. A thoroughly detailed research logbook and NIST-furnished specimen report sheets. Task 2: A monthly summary report to the NIST Technical Point of Contact that includes an itemization of the specimens prepared, including preparation time spent on each, as well as time devoted to equipment maintenance. Acceptability of reports will be based on inclusion of adequate detail of activities and adequate rate of specimen throughput - acceptable levels for both to be determined by NIST Technical Point of Contact based on nature of specimens being prepared, equipment maintenance issues, and previous specimen fabrication experience. The report shall discuss details of any problems encountered, planned activities for the next time period, and any issues, risks, and recommendations. Due by the fifth day of the next month. The research logbook, specimen report sheets and summary report shall be submitted by the fifth day of the next month and will be reviewed by the NIST Technical Point of Contact for verification that performance standards are being achieved. 5. PERIOD AND PLACE OF PERFORMANCE: Base Period: June 1, 2012 through May 31, 2013 Option Year 1: June 1, 2013 through May 31, 2014 Option Year 2: June 1, 2014 through May 31, 2015 Option Year 3: June 1, 2015 through May 31, 2016 The Contractor shall continue to provide the services described in CLINs 0001 and 0002 during an option period which may be exercised up to four (4) times throughout the performance of this requirement. Performance shall be on site at the NIST, 100 Bureau Drive, Gaithersburg, MD campus, with the requirement to relocate to or operate from other locations in instances such as a disaster(s). At least half of the work hours shall be performed between the hours of 7:00 AM to 7:00 PM on normal workdays to enable face-to-face technical interactions with the NIST Technical Point of Contact and other key staff; up to one-half the work hours may be performed on normal workdays during other hours if the Contractor can obtain after-hours access. Facility/Building/Campus Closures: During anticipated closure of the NIST campus due to a declared training holiday, administrative leave granted to the entire government, or other closure, contract employees may not be required to perform services, unless specifically scheduled. In the event of unplanned closure of the facility due to natural disasters, emergency, or severe weather, contract workers who are scheduled to work, shall not report to work unless notified differently by the NIST Technical Point of Contact or CO. Federal Holidays: The contract employee will not be paid on federal holidays unless the contract employee is scheduled to work on a holiday and will be paid for hours worked at the hourly rate established in the contract. The following is a list of legal federal holidays:. • New Year's Day, January 2nd • Martin Luther King's Birthday, 3rd Monday in January • President's Day, 3rd Monday in February • Memorial Day, Last Monday in May • Independence Day, July 4th • Labor Day, 1st Monday in September • Columbus Day, 2nd Monday in October • Veteran's Day, November 12th • Thanksgiving Day, 4th Thursday in November • Christmas Day, December 25th 6. GOVERNMENT-FURNISHED PROPERTY, DATA AND/OR INFORMATION: Any property, data and/or information provided by the Government during performance of this project remains the property of the Government and shall be surrendered to the Government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government. The Government will provide all specimen fabrication equipment necessary to satisfy the requirements of this project. The Government will also provide office space, furnished with a desk, chair, computer and telephone. 7. RISK ASSESSMENT: HSPD-12 Security Requirements: Risk level for this contract is low risk. 8. PERFORMANCE STANDARDS: Each sample specimen shall meet the following quality standards: It shall possess an electron transparent region within the TEM specimen that is determined by the electron microscopist to be sufficient in size and appropriate in location so as to enable viewing of relevant features. Logbook(s) shall demonstrate that the Contractor is following generally accepted procedures and methodologies that are considered standard within this field of practice. The quantity and nature of work and results detailed in the summary report shall be consistent with duration of reporting period and the corresponding task(s). Results and data detailed in logbook(s) and monthly summary report shall be of sufficient quality and completeness as to fully define experimental procedures. 9. DELIVERABLES AND PAYMENT SCHEDULE The Contractor may invoice the Government monthly after submission of all required deliverables and confirmation from the NIST Technical Point of Contact that a given deliverable is of acceptable quality. 10. CONTRACTOR'S MINIMUM QUALIFICATIONS: The Contractor shall have substantial experience (minimum 10 years) in, and be able to demonstrate, TEM and HRTEM specimen fabrication from bulk dielectric materials, vacuum deposited metal and intermetallic thin films, sectioned solid-state electronic devices, and brittle dielectric amorphous materials. The Contractor shall have substantial experience (minimum 10 years) with routine maintenance and operation of specimen preparation equipment used for preparation of TEM and HRTEM specimens. The Contractor shall be able to demonstrate experience and proficiency in using the following equipment for TEM and HRTEM, planview and cross-section specimen fabrication: • Gatan TV monitor Precision Ion Polishing System. • VCR Group, XLA 2000 PC Controlled Precision Ion Polishing System. • Gatan DuoMill-Dual Station Ion Polishing System. • Fischione Twinjet Low Temperature Electropolishing Apparatus. • Allied Diamond Wheel Metallographic Polishing Equipment. • Gatan Ultrasonic Disk Cutter. • Various Optical Microscopes with reflective or transmissive imaging including Digital Camera. 11. GENERAL INFORMATION Misconduct or Disruption of Services: At any time during the performance period of this contract, the NIST Technical Point of Contact or Operating Unit (OU) Director or the Contracting Officer (CO) may request the Contractor employee be immediately removed from the premises if they determine, at their unilateral discretion, that any of the Contractor employee's actions or impaired state to be a disruption to the workforce. Contractor or contract employee shall not use Government facilities or other Government property in connection with conducting other research activities not associated with requirements of this project. Safety: The Contractor employee shall be responsible for knowing and complying with all installation safety prevention regulations. Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal. Security: NIST is a restricted campus. An identification badge is required for access for entry into buildings and also is shown to the armed Security Police when entering the campus. Absences Due to Emergency: The Contractor's employees or subcontractors shall contact the NIST Technical Point of Contact and the Contractor within the first 2 hours of each duty day that he/she is unable to report to work. Replacements: Absences such as vacations shall be coordinated and approved at least 30 days in advance and mutually agreed upon by the NIST Technical Point of Contact and the Contractor. Scheduled absences shall be limited to two (2) weeks. If requested by the NIST Technical Point of Contact, the Contractor shall provide replacements for all absences. Contract employees working under this contract shall be paid only for hours actually worked. Payment to the Contractor will not be made for temporary work stoppage due to circumstances beyond the control of NIST, such as acts of god, inclement weather, power outages, or temporary closing of facilities. Identification Badges: Contractor employees shall comply with NIST identification and access requirements. The Contractor employee is responsible for absences due to expired identification and access documents. Each Contractor employee shall wear a visible identification badge provided by the NIST Security Office. The badge must show the full name, title, photo, clearance level and if required by NIST, the words "Contractor" in front. The Contractor employee shall turn in the NIST identification badge and vehicle pass to the NIST Technical Point of contact or Contracting Officer (CO) upon termination of their services. Vehicle Registration: All Contractor employees must register their vehicles with the NIST Security Office to gain access to the campus. A valid driver's license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued. The pass shall be displayed on the vehicle's rear view mirror in accordance with instructions. Media Inquiries: The Contractor employee shall not respond to any media inquiries. Any inquiries from the media shall be immediately relayed to the TIC and/or CO. There shall be no interviews, comments, or any other response without the knowledge and approval of the NIST Director. Travel: None ***END OF PERFORMANCE WORK STATEMENT*** ***INSTRUCTIONS TO OFFERORS / EVALUATION FACTORS*** ***All vendors shall submit the following: Technical Quotation (Vol. I), Past Performance/References (Vol. II) and a Business/Pricing Quotation (Vol. III), as three (3) separate electronic files. Incomplete quotations may be considered non-responsive and removed from further consideration. Quotations shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date, and the solicitation number. A 1-page transmittal letter signed by an individual authorized to commit the organization shall be transmitted with the quotation to the Government. Each quotation shall be on 8.5" x 11" paper, in a commercially standard font, not smaller than 12 point font. Each page in the quotation shall be separately numbered. The quotation shall be limited to fifteen (15) single-sided, single-spaced pages (excluding the letter of transmittal, resumes, certifications, cover letter, letters of commitment, and past-performance information). Overall Arrangement of Documents Technical Quotation addressing all technical subfactors (Volume I) - No pricing information shall be included in the technical quotation Past Performance/References (Volume II) Business/Pricing Quotation (Volume III) ***This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The Offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The Offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s). Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ***Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All questions regarding this solicitation shall be submitted in writing via e-mail to the Contract Specialist, Randy Schroyer, at randy.schroyer@nist.gov no later than April 2, 2012. ***The due date and time for receipt of quotations is April 9, 2012 no later than 5:00PM EST. ***Offerors shall e-mail their quotation to randy.schroyer@nist.gov so that it is received by the response date/time for this solicitation. It is the responsibility of the offeror to confirm NIST's receipt of its quotation. Each quotation shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quotation is the most highly rated, and conforming to the solicitation, results in the best value to the Government, non-price and price factors considered. NIST reserves the right to make award to other than the lowest-priced offeror or to the offeror ranked highest technically, if it determines that to do so would result in the best value to the Government. The Government intends to make a single award but reserves the right to make multiple awards or make no award as a result of this RFQ. The Government intends to evaluate quotations and award a purchase order without discussions with offerors. Therefore, the offeror's initial quotation should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any and or all quotations if such action is in the public interest; accept other than the lowest price quotation; and waive informalities and minor irregularities in quotation received. Non-price factors are listed in descending order of importance. Technical and Past Performance, when combined, are more important than price. Subfactors 1-2 are of equal importance. The relative importance of price will increase with the degree of evaluated equality of the technical factors. TECHNICAL NIST will evaluate quotations, based on the information submitted in support of these factors/subfactors, using the following subfactors: Technical SubFactor 1 Technical Approach The offeror shall provide sufficient information to demonstrate its understanding of the requirements, providing a concise, detailed, and thorough discussion of its specimen preparation approach, to successfully provide the services required. EVALUATION CRITERIA: ***Technical Approach - The Government will evaluate the offeror's approach based on the information contained in the technical quotation to determine the extent of its understanding of the requirements, including the soundness of the offeror's proposed methodology to effectively meet and comply with the tasks outlined in the SoW, to ensure successful performance of this procurement and any risks associated with the offeror's technical approach and capability. Technical SubFactor 2 Key Personnel Qualifications The offeror shall describe its experience with the named TEM instrumentation outlined in the PWS AND demonstrate its key personnel have the qualifications noted in Section 10 of the PWS to perform the work described therein. EVALUATION CRITERIA: ***Key Personnel Qualifications - the Government will evaluate the offeror and key personnel experiences and the resume(s) of its proposed key personnel to determine the nature and extent of the offeror's successful completion of the same or similar services. PAST PERFORMANCE/REFERENCES The offeror shall provide at least three examples of past performance conducted within the last three years of contracts for relevant work of a similar type and scope as the current requirement with federal, state or local governments and/or commercial customers. If the offeror has no relevant past performance it should include a statement to that effect in its proposal. The government reserves the right to consider past performance data obtained from sources other than those provided by the offeror in its proposal. The description of each reference described in this section shall not exceed a half page. For each of the contracts, the offeror shall provide the following information: • Contract number • Client's name and address • Dollar value • Period of performance • Narrative describing the requirement and its relevance to the current requirement • Name of contracting officer or point of contact, telephone number and e-mail address The offeror may include: a) past performance information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems; and b)Any quality awards or certifications, letters of appreciation, commendations, industry recognition of excellence or special awards received with respect to performance of services. The offeror shall describe when the award, certification, etc. was received, and may provide as an attachment to this part. EVALUATION CRITERIA: ***Past Performance - the Government will evaluate the offeror's past performance information to determine its relevance to the current requirements and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. In assessing the offeror's past performance, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. The Government will assign a neutral rating to offerors with no relevant past performance in the past three years PRICE 1. Price - firm, fixed-price for the required technical services; the following tables shall be used for calculation purposes: BASE PERIOD PROPOSED LABOR CATEGORY(IES) Task 1 - Fabricate TEM Specimens, Document Logbook and Prepare NIST-Furnished Specimen Report Sheets Labor Category No. of Hours Hourly Rate Amount 1. 2. FIRM FIXED PRICE FOR TASK 1: ______________<-- CONTRACTOR FILL-IN Task 2 - TEM Equipment Maintenance and Report Preparation Labor Category No. of Hours Hourly Rate Amount 1. 2. FIRM FIXED PRICE FOR TASK 2: ______________<-- CONTRACTOR FILL-IN OPTION YEAR 1 Task 1 - Fabricate TEM Specimens, Document Logbook and Prepare NIST-Furnished Specimen Report Sheets Labor Category No. of Hours Hourly Rate Amount 1. 2. FIRM FIXED PRICE FOR TASK 1: ______________<-- CONTRACTOR FILL-IN Task 2 - TEM Equipment Maintenance and Report Preparation Labor Category No. of Hours Hourly Rate Amount 1. 2. FIRM FIXED PRICE FOR TASK 2: ______________<-- CONTRACTOR FILL-IN OPTION YEAR 2 Task 1 - Fabricate TEM Specimens, Document Logbook and Prepare NIST-Furnished Specimen Report Sheets Labor Category No. of Hours Hourly Rate Amount 1. 2. FIRM FIXED PRICE FOR TASK 1: ______________<-- CONTRACTOR FILL-IN Task 2 - TEM Equipment Maintenance and Report Preparation Labor Category No. of Hours Hourly Rate Amount 1. 2. FIRM FIXED PRICE FOR TASK 2: ______________<-- CONTRACTOR FILL-IN OPTION YEAR 3 Task 1 - Fabricate TEM Specimens, Document Logbook and Prepare NIST-Furnished Specimen Report Sheets Labor Category No. of Hours Hourly Rate Amount 1. 2. FIRM FIXED PRICE FOR TASK 1: ______________<-- CONTRACTOR FILL-IN Task 2 - TEM Equipment Maintenance and Report Preparation Labor Category No. of Hours Hourly Rate Amount 1. 2. FIRM FIXED PRICE FOR TASK 2: ______________<-- CONTRACTOR FILL-IN EVALUATION CRITERIA: ***Price - the Government will evaluate the offeror's proposed labor rates and levels of effort to determine whether the proposed cost compliesy with the instructions articulated above and are realistic, complete, and reasonable in relation to the solicitation requirements. CLAUSES The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.217-5 Evaluation of Options. All interested offerors must be actively registered in the Central Contractor Registry (CCR) at the CCR website www.ccr.gov and must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract 52.223-5 Pollution Prevention and Right-to-Know Information; 52.227-14 Rights in Data-General; 52.232-18 Availability of Funds; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.245-1 Government Property; 52.252-2 Clauses Incorporated by Reference; 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 including subparagraphs: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration The following Department of Commerce (CAR) clauses apply to this acquisition: 1352.201-70 Contracting Officer's Authority; 1352.201-72 Contracting Officer's Representative (COR); 1352.208-70 Restrictions on Printing and Duplicating; 1352.209-72 Restrictions Against Disclosure; 1352.209-73 Compliance with the Laws; 1352.209-74 Organizational Conflict of Interest; 1352.233-70 Agency Protests; 1352.237-71 Security Processing Requirements-Low Risk; 1352.237-75 Key Personnel; 1352.239-72 Security Requirements for Information Technology Resources; 1352.246-70 Place of Acceptance; 1352.270-70 Period of Performance; and And other appropriate clauses as needed Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0207/listing.html)
 
Place of Performance
Address: 100 Bureau Dr., Gaithersburg, Maryland, 20899-0001, United States
Zip Code: 20899-0001
 
Record
SN02704487-W 20120325/120323235049-506c2d768734de70a26a1a251bcf3150 (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.