SOLICITATION NOTICE
70 -- Cisco
- Notice Date
- 5/23/2012
- Notice Type
- Presolicitation
- Contracting Office
- 7500 Boston Blvd, Springfield, VA 22150
- ZIP Code
- 22150
- Solicitation Number
- 8651230065
- Response Due
- 5/29/2012
- Archive Date
- 11/25/2012
- Point of Contact
- Name: Lawanna Bradley, Title: CONTRACT SPECIALIST, Phone: 7038756069, Fax:
- E-Mail Address
-
BradleyLR@state.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- Bids are being solicited under solicitation number 8651230065. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 349079. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at http://www.sewp.nasa.gov. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-05-29 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be WASHINGTON, DC 20522 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Chassis--Lines 1-29---WS-X6524-100FX-MM=Catalyst 6500 24-port 100FX, MT-RJ, fabric-enabled, 3, EA; LI 002, WS-C6506-E=Catalyst 6500 Enhanced 6-slot chassis,12RU,no PS,no Fan Tray, 1, EA; LI 003, WS-C6509-E=Catalyst 6500 Enhanced 9-slot chassis,15RU,no PS,no Fan Tray, 1, EA; LI 004, WS-C3560V2-24TS-S Catalyst 3560V2 24 10/100 + 2 SFP + IPB (Standard) Image, 2, EA; LI 005, CAB-AC. AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 2, EA; LI 006, WS-C3560V2-24TS-S--Catalyst 3560V2 24 10/100 + 2 SFP + IPB (Standard) Image, 4, EA; LI 007, CAB-AC --AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 4, EA; LI 008, WS-C3750-24FS-S --Catalyst 3750 24 100BaseFX + 2 SFP Standard Multilayer Image, 1, EA; LI 009, CAB-AC --AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 1, EA; LI 010, CAB-STACK-50CM --Cisco StackWise 50CM Stacking Cable, 1, EA; LI 011, WS-C3750G-12S-E --Catalyst 3750 12 SFP + IPS Image, 3, EA; LI 012, CAB-AC --AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 3, EA; LI 013, CAB-STACK-50CM --Cisco StackWise 50CM Stacking Cable, 3, EA; LI 014, WS-C3750G-48PS-S --Catalyst 3750 48 10/100/1000T PoE + 4 SFP + IPB Image, 3, EA; LI 015, CAB-16AWG-AC --AC Power cord, 16AWG, 3, EA; LI 016, CAB-STACK-50CM --Cisco StackWise 50CM Stacking Cable, 3, EA; LI 017, C2901-VSEC-SRE/K9 --Cisco 2901, SRE 300, PVDM3-16, UC and SEC License PAK bundle, 1, EA; LI 018, CAB-AC-- AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 1, EA; LI 019, S29UK9-15104M --Cisco 2901-2921 IOS UNIVERSAL, 1, EA; LI 020, PWR-2901-AC --Cisco 2901 AC Power Supply, 1, EA; LI 021, ISR-CCP-EXP --Cisco Config Pro Express on Router Flash, 1, EA; LI 022, MEM-2900-512MB-DEF --512MB DRAM for Cisco 2901-2921 ISR (Default), 1, EA; LI 023, MEM-CF-256MB --256MB Compact Flash for Cisco 1900, 2900, 3900 ISR, 1, EA; LI 024, PVDM3-16 16-channel high-density voice and video DSP module, 1, EA; LI 025, SL-29-SEC-K9 --Security License for Cisco 2901-2951, 1, EA; LI 026, SL-29-UC-K9 --Unified Communication License for Cisco 2901-2951, 1, EA; LI 027, SL-29-IPB-K9 --IP Base License for Cisco 2901-2951, 1, EA; LI 028, ISM-SRE-300-BUN-K9 --SRE 300 (512MB MEM, 4GB Flash, 1C CPU) for router bundle, 1, EA; LI 029, WS-C4510R-E= Catalyst4500E 10 slot -E chassis Spare, 4, EA; LI 030, NPE-G3 EOS--Lines 30-36-- NPE-G2= --7200 series NPE-G2 engine with 3 GE/FE/E ports, SPARE, 2, EA; LI 031, MEM-NPE-G2-1GB --7200 Series NPE-G2 1GB Memory, 2, EA; LI 032, MEM-NPE-G2-FLD256 --Cisco 7200 Compact Flash Disk for NPE-G2, 256 MB, 2, EA; LI 033, CISCO7206VXR= --7206VXR, 6-slot chassis, Power Supply, (w/o Slot Covers), 3, EA; LI 034, PWR-7200 --Cisco 7200 AC Power Supply Option, 3, EA; LI 035, CAB-AC --AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 3, EA; LI 036, LINE CARDS (lines 36-37) WS-X4624-SFP-E= -- Catalyst 4500 E-Series 24-Port GE (SFP), 1, EA; LI 037, WS-X4148-FX-MT= --Catalyst 4500 FE Switching Module, 48-100FX MMF(MTRJ)(Spare), 2, EA; LI 038, WS-X4148-RJ45-E EOS (lines 38-44)--WS-X4648-RJ45-E= -- Catalyst 4500 E-Series 48-Port 10/100/1000 (RJ45), 2, EA; LI 039, WS-X4248-RJ45V= --Catalyst 4500 PoE 802.3af 10/100, 48-Ports (RJ45), 1, EA; LI 040, WS-X4448-GB-SFP= --Catalyst 4500 48-Port 1000Base-X (SFPs Optional), 2, EA; LI 041, WS-X4648-RJ45V-E= --Catalyst 4500 E-Series 48-Port PoE 802.3af 10/100/1000(RJ45), 1, EA; LI 042, WS-X6748-GE-TX= --Cat6500 48-port 10/100/1000 GE Mod: fabric enabled, RJ-45, 1, EA; LI 043, MEM-XCEF720-256M --Catalyst 6500 256MB DDR, xCEF720 (67xx interface, DFC3A), 1, EA; LI 044, WS-F6700-CFC --Catalyst 6500 Central Fwd Card for WS-X67xx modules, 1, EA; LI 045, SUPERVISORS (lines 45-49) --WS-SUP720-3BXL= --Catalyst 6500/Cisco 7600 Supervisor 720 Fabric MSFC3 PFC3BXL, 1, EA; LI 046, S733ISK9-12233SXI --Cisco CAT6000-SUP720 IOS IP SERVICES SSH, 1, EA; LI 047, CF-ADAPTER-SP --SP adapter for SUP720 and SUP720-10G, 1, EA; LI 048, MEM-C6K-CPTFL512M --Catalyst 6500 Sup720/Sup32 Compact Flash Mem 512MB, 1, EA; LI 049, BF-S720-64MB-RP --Bootflash for SUP720-64MB-RP, 1, EA; LI 050, GBICS (lines 50-53) --GLC-SX-MM= GE SFP, LC connector SX transceiver, 14, EA; LI 051, HWIC-1GE-SFP= --GigE high speed WIC with one SFP slot, 1, EA; LI 052, GLC-T= --1000BASE-T SFP, 7, EA; LI 053, GLC-LH-SM= --GE SFP,LC connector LX/LH transceiver, 2, EA; LI 054, FAN TRAYS (lines 54-59)-WS-X4593-E=--Catalyst 4503-E Fan Tray (Spare), 2, EA; LI 055, WS-X4596-E= Catalyst 4506-E Fan Tray (Spare), 2, EA; LI 056, WS-X4597+E= Catalyst 4507R+E Fan Tray (Spare), 2, EA; LI 057, WS-X4582-E= Catalyst 4510R-E Fan Tray (Spare), 2, EA; LI 058, WS-C6506-E-FAN= Catalyst 6506-E Chassis Fan Tray, 2, EA; LI 059, WS-C6509-E-FAN= Catalyst 6509-E Chassis Fan Tray, 2, EA; LI 060, T1/T3 WAN CARDS (lines 60-63) --HWIC-2T= 2-Port Serial WAN Interface Card, 1, EA; LI 061, PA-4T+= 4-Port Serial Port Adapter, Enhanced, 1, EA; LI 062, PA-2FE-FX= 2-Port Fast Ethernet 100Base FX Port Adapter, 2, EA; LI 063, HWIC-1GE-SFP= GigE high speed WIC with one SFP slot, 1, EA; LI 064, POWER SUPPLIES --PWR-7200-AC= Cisco 7200 AC Power Supply With United States Cord, 1, EA; LI 065, MISCELLANEOUS (Lines 65-89) --ASA5505-BUN-K9 ASA 5505 Appliance with SW, 10 Users, 8 ports, 3DES/AES, 7, EA; LI 066, CAB-AC-C5-- AC Power Cord, Type C5, US, 7, EA; LI 067, SF-ASA5505-8.4-K8 --ASA 5500 Series Software Version 8.4 for ASA 5505, DES, 7, EA; LI 068, ASA5505-PWR-AC --ASA 5505 AC Power Supply Adapter, 7, EA; LI 069, SSC-BLANK --ASA 5505 SSC Blank Slot Cover, 7, EA; LI 070, ASA5500-ENCR-K9 --ASA 5500 Strong Encryption License (3DES/AES), 7, EA; LI 071, ASA5505-SW-10 --ASA 5505 10 User software license, 7, EA; LI 072, ASA5510-CSC10-K9 --ASA 5510 Appl w/ CSC10, SW, 50 Usr AV/Spy, 1 YR Subscript, 1, EA; LI 073, CAB-AC--AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 1, EA; LI 074, SF-ASA-8.4-K8 --ASA 5500 Series Software Version 8.4 for ASA 5510-5550, DES0.00, 1, EA; LI 075, ASA5500-ENCR-K9 --ASA 5500 Strong Encryption License (3DES/AES), 1, EA; LI 076, ASA-CSC10-LIC --ASA 5500 Series Content Security SSM-10 Software License, 1, EA; LI 077, ASA-CSC10-PL-EVAL --30-Day Evaluation License for ASA 5500 CSC SSM-10 Plus Pack, 1, EA; LI 078, SF-ASA-CSC-6.3-K9ASA 5500 Series CSC Software 6.3 for Security Service Module --, 1, EA; LI 079, ASA-VPN-CLNT-K9 --Cisco VPN Client Software (Windows, Solaris, Linux, Mac), 1, EA; LI 080, ASA-180W-PWR-AC --ASA 180W AC Power Supply, 1, EA; LI 081, ASA-CSC-10-INC-K9 --ASA 5500 CSC Security Services Module-10 included w/ bundles, 1, EA; LI 082, ASA5550-BUN-K9 --ASA 5550 Appliance with SW, HA, 8GE+1FE, 3DES/AES, 1, EA; LI 083, CAB-AC --AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 1, EA; LI 084, SF-ASA-8.4-K8 --ASA 5500 Series Software Version 8.4 for ASA 5510-5550, DES, 1, EA; LI 085, ASA-VPN-CLNT-K9 --Cisco VPN Client Software (Windows, Solaris, Linux, Mac), 1, EA; LI 086, ASA-180W-PWR-AC --ASA 180W AC Power Supply, 1, EA; LI 087, ASA-ANYCONN-CSD-K9 --ASA 5500 AnyConnect Client + Cisco Security Desktop Software, 1, EA; LI 088, ASA5500-ENCR-K9 --ASA 5500 Strong Encryption License (3DES/AES), 1, EA; LI 089, SSM-4GE-INC--SSM-4GE embedded within ASA 5550 systems, 1, EA; LI 090, Voice Data Gear (Lines 90-120) WS-C3750X-48PF-S-- Catalyst 3750X 48 Port Full PoE IP Base, 2, EA; LI 091, S375XVK9T-12253SE -CAT 3750X IOS UNIVERSAL WITH WEB BASE DEV MGR, 2, EA; LI 092, CAB-STACK-50CM --Cisco StackWise 50CM Stacking Cable, 2, EA; LI 093, CAB-3KX-AC --AC Power Cord for Catalyst 3K-X (North America), 2, EA; LI 094, C3KX-PWR-1100WAC --Catalyst 3K-X 1100W AC Power Supply, 2, EA; LI 095, CAB-SPWR-30CM --Catalyst 3750X Stack Power Cable 30 CM, 2, EA; LI 096, CISCO2901/K9 --Cisco 2901 w/2 GE,4 EHWIC,2 DSP,256MB CF,512MB DRAM,IP Base, 2, EA; LI 097, CAB-AC --AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 2, EA; LI 098, S29UK9-15104M --Cisco 2901-2921 IOS UNIVERSAL0.00, 2, EA; LI 099, PWR-2901-AC Cisco 2901 AC Power Supply, 2, EA; LI 100, ISR-CCP-EXP Cisco Config Pro Express on Router Flash, 2, EA; LI 101, MEM-2900-512MB-DEF 512MB DRAM for Cisco 2901-2921 ISR (Default), 2, EA; LI 102, MEM-CF-256MB 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR, 2, EA; LI 103, SL-29-IPB-K9 IP Base License for Cisco 2901-2951, 2, EA; LI 104, ASA5510-BUN-K9 ASA 5510 Appliance with SW, 5FE,3DES/AES, 1, EA; LI 105, CAB-AC AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 1, EA; LI 106, SF-ASA-8.4-K8 ASA 5500 Series Software Version 8.4 for ASA 5510-5550, DES, 1, EA; LI 107, ASA-VPN-CLNT-K9 Cisco VPN Client Software (Windows, Solaris, Linux, Mac), 1, EA; LI 108, SSM-BLANK ASA/IPS SSM Slot Cover, 1, EA; LI 109, ASA-180W-PWR-AC ASA 180W AC Power Supply, 1, EA; LI 110, ASA-ANYCONN-CSD-K9 ASA 5500 AnyConnect Client + Cisco Security Desktop Software, 1, EA; LI 111, ASA5500-ENCR-K9 ASA 5500 Strong Encryption License (3DES/AES), 1, EA; LI 112, C3KX-PWR-350WAC=Catalyst 3K-X 350W AC Power Supply, 2, EA; LI 113, CAB-3KX-AC AC Power Cord for Catalyst 3K-X (North America), 2, EA; LI 114, WS-X45-SUP7-E= Catalyst 4500 E-Series Supervisor, 848Gbps, 1, EA; LI 115, S45U-32-1502SG CAT4500e SUP7e Universal Image, 1, EA; LI 116, C4500E-IPB-S Catalyst 4500E IPB license for Spare Supervisor, 1, EA; LI 117, C4500E-LIC-PAK PAK license SKU for spare sup configuration, 1, EA; LI 118, WS-X4648-RJ45V-E= Catalyst 4500 E-Series 48-Port PoE 802.3af 10/100/1000(RJ45), 4, EA; LI 119, VWIC3-1MFT-T1/E1= 1-Port 3rd Gen Multiflex Trunk Voice/WAN Int. Card - T1/E1, 5, EA; LI 120, WIC-1DSU-T1-V2 EOS --HWIC-1DSU-T1= 1-Port T1/Fractional T1 DSU/CSU WAN Interface Card, 8, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Cisco?s current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") The Buy American Act? (1) Restricts the purchase of supplies, that are not domestic end products, for use within the United States. A foreign end product may be purchased if it is determined that the price of the lowest domestic offer is unreasonable or if another exception applies, and (2) Requires, with some exceptions the use of only domestic construction materials in contracts for construction in the United States (3) Buy American Act uses a two-part test to define a domestic end product. (a) The article must be manufactured in the United States; and (b) The cost of domestic components must exceed 50 percent of the cost of all the components. Buy American Act Certificate (June 2003) 52.225-2 Buy American Act Certificate: (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms ?component,? ?domestic end product,? ?end product,? ?foreign end product,? and ?United States? are defined in the clause of this solicitation entitled ?Buy American Act?Supplies.? TO COMPLY, SELLERS MUST LIST THE COUNTRY OF ORIGIN IN EACH LINE ITEM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/8651230065/listing.html)
- Place of Performance
- Address: WASHINGTON, DC 20522
- Zip Code: 20522-0904
- Zip Code: 20522-0904
- Record
- SN02755810-W 20120525/120523235324-9ce302587ac615bdcb533898293f46f3 (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 |