SOLICITATION NOTICE
Y -- SRNS Drum Storage Pad - Package #1 - Package #2
- Notice Date
- 1/23/2018
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of Energy, Savannah River Nuclear Solutions, LLC, Savannah River Nuclear Solutions, LLC, Savannah River Site, Bldg 730-2B, Aiken, South Carolina, 29808, United States
- ZIP Code
- 29808
- Solicitation Number
- SRNSDrumStoragePad
- Archive Date
- 2/27/2018
- Point of Contact
- Navin Ponnala, Phone: 803-952-8834
- E-Mail Address
-
Navin.Ponnala@SRS.gov
(Navin.Ponnala@SRS.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Conceptual Site Plan, Conceptual Building Plan, and Electrical Power Single Line Diagram Cost template for 200' x 70' Cost Template for 400' x 70' Cost Sheet Template for 200' x 70' MODIFICATION SCOPE This scope provides a facility at the Savannah River Site (SRS) for use in the receipt, storage, characterization and loading/shipping of 55 gallon liquid waste drums. Drums will be loaded into special material shipping containers for shipment and final disposition. The intent of this Scope of Work (SOW) is to support a budgetary estimate for the work described herein. The Drum Storage Pad is comprised of a new fabric tension membrane building ("Rubb TM Structure") erected on a new concrete pad that will house the following functions: 1. Storage of 55 gallon containers (not included in this scope); 2. Portable characterization equipment for the 55 gallon containers (not included in this scope); 3. Movable Working Platform for loading the 55 gallon containers; 4. Gantry Crane for loading the 55 gallon containers. Attachments 1 and 2 provide conceptual site and conceptual building plans for the Drum Storage Pad. References below provide concept information and details useful in defining the scope of this modification. Existing overhead power conductors and power poles on the proposed site will be relocated by Savannah River Nuclear Solutions (SRNS) to provide a clear area for this modification. EXECUTION STRATEGY Design and Construction Design of the sitework, including utility infrastructure to the new building, will be by SRNS. Sitework construction will be by the design/builder selected for execution of this SOW in accordance with the SRNS prepared design. The Storage Building will be designed and constructed under a design/build subcontract. Construction documents will be prepared by the Subcontractor for review and approval by SRNS in accordance with a Design/Build procurement specification prepared by SRNS. The following table provides a breakdown of the various components of the project and the associated responsibilities for each component. Project Scope Component Phase SRNS Subcontractor Remarks Project Scope Component Phase SRNS Subcontractor Remarks Relocation of Overhead Power Design X Attachment 1: Conceptual Site Plan Construction X Power Service to Building (Pole Disconnect Design X Attachment 3: Single Line diagram Construction X Sitework Design X Attachment 1: Conceptual Site Plan Construction X Building Design X Attachment 2: Conceptual Building Plan Construction X Portable Characterization Equipment Design X Construction X GFSI DETAILED REQUIREMENTS Subcontractor Scope A. Construction Activities Associated with the Sitework. 1. Construct Site and Utility work per SRNS provided design. 2. Excavation and grading as required to construct the building slab, asphalt paved areas on each end of the building, and the patrol road along the east side. a. Asphalt paving shall consist of 3" thick asphalt and 8" thick crusher run stone base. 3. Installation of the underground electrical 480v feeder from the SRNS provided disconnect at Pole K1193 to the building. a. 1 - 4" pvc conduit with #2/0 ground encased in red-dye concrete (approximately 90 ft). 4. Installation of the underground telecommunication cable(s) from the existing telecommunications manhole K5 located south of the building to the building telecommunication backboard. a. 1 - 4" pvc conduit encased in red-dye concrete (approximately 240 ft). b. Cable (copper/fiber) to be provided by SRNS/FedNet. 5. Finish grading around building and reseeding of disturbed areas. B. Design and Construction Activities Associated with the Building. 1. Minimum Design Codes a. International Building Code (IBC) 2012 b. National Fire Protection Association (NFPA) 101, 2015 Life Safety Code c. National Electric Code, NFPA 70, 2014 2. Architectural a. See Attachment 2 Conceptual Building Plan. b. Concrete Surface Finish: Mfgr: American Safety Technologies (or equal) • PS-100 water-based epoxy primer/sealer; • AS-550 top coat. c. Rubb TM Fabric Structure: • Size: 70 feet wide x 200 feet long x 44 feet high at ridge gabled pre-engineered Rubb TM structure consisting of the following: • Structure: Free Span BVE structure configuration. Live Load = 12psf, IBC risk category 1, wind speed 105 mph and 3 psf collateral load. Structure to be supported on slab perimeter. • Fabric: Walls and roof to be clad with 28 oz/sy PVC coated polyester fabric. Roof = translucent white. Walls = standard gray/brown. • Personnel doors: Four 36"x84" doors, 18ga. galvanized and coated door and frame, with rain diverter at head. o Hardware: Panic devices and closers. o Lockset "Level II." o North and South ends man-doors: A Sargent 8900 Mortise Lock Exit Device with Exterior ET Lever Control/Removable Cylinder, US 32D o East side man-doors: A Sargent 8900 Mortise Lock Exit Device with Exterior ET / Dummy Lever, US 32D • Overhead Coiling Doors: Two 16 ft. wide x 16 ft. high Cookson (or equal). o Electric Operator, ¾ HP motor. o Manual chain override. • Two 10,000 CFM exhaust ventilation fans with weather hoods and intake louvers - to be located at gable ends. o Approx. 3 air changes per hour. d. Building Perimeter Fence: Provide a 7 feet high chain link fence around the perimeter of the building. Barbed wire is not required. Fence to be returned 90 degrees to the building at personnel doors and at overhead doors as shown. e. Provide fire extinguishers per NFPA 10, with permanent supports to building structure, in accordance with the requirements of IBC/IFC Section 906 and NFPA 101 Section 9.7.4.1. 3. Structural a. Concrete Pad: Size of concrete slab shall be 70 feet wide x 200 feet long. o Slab shall be flat, reinforced concrete of minimum 4000 PSI at 28 days. Thickness shall be commensurate with imposed live loads, including loads and rail design for gantry crane. References provides input for the gantry crane structure and rail requirements. Surface finish of slab shall be smooth troweled. b. Crane, Crane Rail, and Loading Platform: Design for a 5 Ton Gantry Crane and Loading Platform. See referenced information. c. Gantry Crane - Shaw-Box (or equal); see reference information. • Capacity: 5 ton • Clear Span/available lift: 35'-0" • Hook height: 21' • Lifting speed: 20/5 fpm • Voltage: 480V/ 60 A fused disconnect • Trolley Speed: 50/17 fpm • Rail: • 40# ASCE Rail (2 runs @ 76 feet) • 4 pair - 40# ASCE Splice Bars w/ hardware • 122 (each) #114 Rail Clips • Conductors: Self retracting cord reel - 76 feet. d. Structural supports shall be provided for fire alarm and detection system and electrical commodities. 4. Fire Alarm and Detection a. The system shall be compliant with NFPA 72 for an open warehouse type structure. b. The Fire Alarm Control Panel will be located in an environmentally controlled cabinet. All other fire alarm devices do not require environment controls. 5. Electrical a. The Subcontractor shall use SRNS provided disconnect switch to provide power to distribution equipment as shown on Attachment 3 and to the following equipment: • Interior LED high bay light fixtures per IES Lighting Handbook requirements. • Exterior lighting. • 120 Vac duplex receptacles. • LED emergency lights with battery backup. • LED exit signs with battery backup. • 2 x 2.5 kW, 208 Vac basic wall exhaust fans. • Two 60A fused disconnect switches with receptacle (60A fuse). • A 60A fused disconnect switch with receptacle (40A fuse). • A 100A fused disconnect switch with receptacle (100A fuse). • 480 Vac crane fed by a 60A fused disconnect switch (40A fuse). • 2 x 120 Vac, ¾ HP overhead door motor. b. Provide all raceway • Size and route raceway per NFPA 70 requirements. • Use of conduit smaller than ¾ inch is prohibited. • Rigid Steel Conduit shall be utilized in accordance with NEMA C80.1. • Fittings and conduit bodies: in accordance with NEMA FB 1 - material to • match conduit. Exceptions: cast type boxes, bushing on manufacturer furnished equipment. c. Power and control cable • Copper conductors, #10 and #12 solid, #8 and larger stranded, • THHN/THWN-2. The use of power and control cable smaller than #12 AWG • is prohibited. • Insulation suitable for use in wet or dry locations, rated for 600V and 90° C. d. Disconnect switches • Fusible, heavy duty with interlocking cover. • Side operated, insulated handle. • UL listed, meeting NEMA KS 1. • Capable of being locked in the Off (open) position using standard padlocks as • defined by NEMA KS 1 and in accordance to Lockout / Tag-out procedures • defined by ASSE Z244.1 and 29 CFR PT 1910.147. • Short circuit interrupting rating of 200 kA. • Indoor use: NEMA 250, Type 1 or 12. • Outdoor use: NEMA 250, Type 3R. • Provide equipment grounding terminal on the switches. e. Panelboards • Manufacturer: Square D. • Shall be of the dead front type. • Fusible panelboards shall be type QMD. • Lighting panelboards shall have 20% spare breakers available for future use. • Panelboard main bus shall be copper. • Circuit breakers shall have bolted bus connections. Plug-in circuit breakers • shall not be used. • Provide permanent locking feature (accessory) for lock out on all circuit • breakers. • Do not use tandem circuit breakers. • Enclosure: comply with NEMA 250. • All interiors shall be completely factory assembled with switching and • protective devices. f. Provide all lighting and receptacles • The minimum conductor size shall be #12 AWG copper for power and lighting branch circuits. • Provide new emergency lights and exit signs in accordance with NFPA 101 requirements. o Emergency light batteries shall be capable of powering the emergency lights for 90 minutes. o Provide 120V, red LED exit signs. • Outlets shall be provided for emergency lights. The outlets shall be wired upstream of any switch. The cable from the emergency lighting unit shall be less than 3 feet. g. Grounding • Ground wire shall be copper, uninsulated or with green insulation. • Provide ground connection to all electrical equipment enclosures. • Include an equipment grounding conductor with all feeders, subfeeders, • branch circuits, and receptacle circuits. • For all circuits, grounding size shall be in accordance with NFPA 70. • Raceways shall not be used as a sole ground fault return path. • Grounding electrode conductor: size to meet NFPA 70 requirements. • Bonding conductor: bare copper conductor. h. Dry type transformer • Provide a 3 phase, 60 Hz, 480 V - 208/120V, pad mounted NEMA 250 Type 3R rated, UL listed dry type transformer with copper windings, meeting the requirements of 10CFR431 subpart K. i. Execution • Install in accordance with NFPA 70 and manufacturer's instructions. • Apply adhesive tag on the inside door of each fused switch indicating NEMA fuse class and size installed. • Follow manufacturer's torque requirements. Otherwise, install electrical equipment snug tight with a solid connection obtained using standard tools (e.g. screwdriver, nut driver, etc.) where bolting hardware has been sufficiently tightened to bring contacting surfaces of the bolted assembly into solid contact without damaging or distorting the assembly hardware. • Clean electrical parts to remove conductive and harmful materials. o Remove dirt and debris from enclosure. o Clean finishes and touch up damage. j. Testing requirements • A continuity test should be performed on all control and instrumentation cables rated 600V and below and 120VAC branch circuits for lighting and general purpose receptacles. o Acceptance criteria is end to end continuity of the conductors tested. • A megger test shall be performed on 480V cables. The test equipment setting shall be 500V. Note: 120VAC branch circuits for lighting and general purpose receptacles do not require this test. o Acceptance criteria is 100 megohms minimum. k. Communications • Communications Services shall be provided from the existing manhole located approximately 240 feet to the south of the new building, with the following services: o Telephone o Fire Alarm o Public Address System (amplifier and speaker) o Site Net REFERENCES AC29335A-00008 American Boiler Works Vendor Print File for Burial Ground Pad #3 Working Platform, including O&M Manual C-SPP-E-00023 Trupact Working Platforms (procurement specification) C-DCF-E-00223 Trupact Working Platform Specification Revision WSRC SDDR No. 08019 Working Platform Disposition Request ATTACHMENTS 1 Conceptual Site Plan (one page) 2 Conceptual Building Plan (one page) 3 Electrical Power Single Line Diagram (one page) ASSUMPTIONS A. Minimum telecommunications service available in nearby manhole located approximately 240 ft. from building. B. Soil bearing capacity is assumed to be 2000 psf. C. Manual foam suppression system will be utilized for this facility. MODIFICATION SCOPE This scope provides a facility at the Savannah River Site (SRS) for use in the receipt, storage, characterization and loading/shipping of 55 gallon liquid waste drums. Drums will be loaded into special material shipping containers for shipment and final disposition. The intent of this Scope of Work (SOW) is to support a budgetary estimate for the work described herein. The Drum Storage Pad is comprised of a new fabric tension membrane building ("Rubb TM Structure") erected on a new concrete pad that will house the following functions: 1. Storage of 55 gallon containers (not included in this scope); 2. Portable characterization equipment for the 55 gallon containers (not included in this scope); 3. Movable Working Platform for loading the 55 gallon containers; 4. Gantry Crane for loading the 55 gallon containers. Attachments 1 and 2 provide conceptual site and conceptual building plans for the Drum Storage Pad. References below provide concept information and details useful in defining the scope of this modification. Existing overhead power conductors and power poles on the proposed site will be relocated by Savannah River Nuclear Solutions (SRNS) to provide a clear area for this modification. EXECUTION STRATEGY Design and Construction Design of the sitework, including utility infrastructure to the new building, will be by SRNS. Sitework construction will be by the design/builder selected for execution of this SOW in accordance with the SRNS prepared design. The Storage Building will be designed and constructed under a design/build subcontract. Construction documents will be prepared by the Subcontractor for review and approval by SRNS in accordance with a Design/Build procurement specification prepared by SRNS. The following table provides a breakdown of the various components of the project and the associated responsibilities for each component. Project Scope Component Phase SRNS Subcontractor Remarks Project Scope Component Phase SRNS Subcontractor Remarks Relocation of Overhead Power Design X Attachment 1: Conceptual Site Plan Construction X Power Service to Building (Pole Disconnect Design X Attachment 3: Single Line diagram Construction X Sitework Design X Attachment 1: Conceptual Site Plan Construction X Building Design X Attachment 2: Conceptual Building Plan Construction X Portable Characterization Equipment Design X Construction X GFSI DETAILED REQUIREMENTS Subcontractor Scope A. Construction Activities Associated with the Sitework. 1. Construct Site and Utility work per SRNS provided design. 2. Excavation and grading as required to construct the building slab, asphalt paved areas on each end of the building, and the patrol road along the east side. a. Asphalt paving shall consist of 3" thick asphalt and 8" thick crusher run stone base. 3. Installation of the underground electrical 480v feeder from the SRNS provided disconnect at Pole K1193 to the building. a. 1 - 4" pvc conduit with #2/0 ground encased in red-dye concrete (approximately 90 ft). 4. Installation of the underground telecommunication cable(s) from the existing telecommunications manhole K5 located south of the building to the building telecommunication backboard. a. 1 - 4" pvc conduit encased in red-dye concrete (approximately 240 ft). b. Cable (copper/fiber) to be provided by SRNS/FedNet. 5. Finish grading around building and reseeding of disturbed areas. B. Design and Construction Activities Associated with the Building. 1. Minimum Design Codes a. International Building Code (IBC) 2012 b. National Fire Protection Association (NFPA) 101, 2015 Life Safety Code c. National Electric Code, NFPA 70, 2014 2. Architectural a. See Attachment 2 Conceptual Building Plan. b. Concrete Surface Finish: Mfgr: American Safety Technologies (or equal) • PS-100 water-based epoxy primer/sealer; • AS-550 top coat. c. Rubb TM Fabric Structure: • Size: 70 feet wide x 200 feet long x 44 feet high at ridge gabled pre-engineered Rubb TM structure consisting of the following: • Structure: Free Span BVE structure configuration. Live Load = 12psf, IBC risk category 1, wind speed 105 mph and 3 psf collateral load. Structure to be supported on slab perimeter. • Fabric: Walls and roof to be clad with 28 oz/sy PVC coated polyester fabric. Roof = translucent white. Walls = standard gray/brown. • Personnel doors: Four 36"x84" doors, 18ga. galvanized and coated door and frame, with rain diverter at head. o Hardware: Panic devices and closers. o Lockset "Level II." o North and South ends man-doors: A Sargent 8900 Mortise Lock Exit Device with Exterior ET Lever Control/Removable Cylinder, US 32D o East side man-doors: A Sargent 8900 Mortise Lock Exit Device with Exterior ET / Dummy Lever, US 32D • Overhead Coiling Doors: Two 16 ft. wide x 16 ft. high Cookson (or equal). o Electric Operator, ¾ HP motor. o Manual chain override. • Two 10,000 CFM exhaust ventilation fans with weather hoods and intake louvers - to be located at gable ends. o Approx. 3 air changes per hour. d. Building Perimeter Fence: Provide a 7 feet high chain link fence around the perimeter of the building. Barbed wire is not required. Fence to be returned 90 degrees to the building at personnel doors and at overhead doors as shown. e. Provide fire extinguishers per NFPA 10, with permanent supports to building structure, in accordance with the requirements of IBC/IFC Section 906 and NFPA 101 Section 9.7.4.1. 3. Structural a. Concrete Pad: Size of concrete slab shall be 70 feet wide x 200 feet long. o Slab shall be flat, reinforced concrete of minimum 4000 PSI at 28 days. Thickness shall be commensurate with imposed live loads, including loads and rail design for gantry crane. References provides input for the gantry crane structure and rail requirements. Surface finish of slab shall be smooth troweled. b. Crane, Crane Rail, and Loading Platform: Design for a 5 Ton Gantry Crane and Loading Platform. See referenced information. c. Gantry Crane - Shaw-Box (or equal); see reference information. • Capacity: 5 ton • Clear Span/available lift: 35'-0" • Hook height: 21' • Lifting speed: 20/5 fpm • Voltage: 480V/ 60 A fused disconnect • Trolley Speed: 50/17 fpm • Rail: • 40# ASCE Rail (2 runs @ 76 feet) • 4 pair - 40# ASCE Splice Bars w/ hardware • 122 (each) #114 Rail Clips • Conductors: Self retracting cord reel - 76 feet. d. Structural supports shall be provided for fire alarm and detection system and electrical commodities. 4. Fire Alarm and Detection a. The system shall be compliant with NFPA 72 for an open warehouse type structure. b. The Fire Alarm Control Panel will be located in an environmentally controlled cabinet. All other fire alarm devices do not require environment controls. 5. Electrical a. The Subcontractor shall use SRNS provided disconnect switch to provide power to distribution equipment as shown on Attachment 3 and to the following equipment: • Interior LED high bay light fixtures per IES Lighting Handbook requirements. • Exterior lighting. • 120 Vac duplex receptacles. • LED emergency lights with battery backup. • LED exit signs with battery backup. • 2 x 2.5 kW, 208 Vac basic wall exhaust fans. • Two 60A fused disconnect switches with receptacle (60A fuse). • A 60A fused disconnect switch with receptacle (40A fuse). • A 100A fused disconnect switch with receptacle (100A fuse). • 480 Vac crane fed by a 60A fused disconnect switch (40A fuse). • 2 x 120 Vac, ¾ HP overhead door motor. b. Provide all raceway • Size and route raceway per NFPA 70 requirements. • Use of conduit smaller than ¾ inch is prohibited. • Rigid Steel Conduit shall be utilized in accordance with NEMA C80.1. • Fittings and conduit bodies: in accordance with NEMA FB 1 - material to • match conduit. Exceptions: cast type boxes, bushing on manufacturer furnished equipment. c. Power and control cable • Copper conductors, #10 and #12 solid, #8 and larger stranded, • THHN/THWN-2. The use of power and control cable smaller than #12 AWG • is prohibited. • Insulation suitable for use in wet or dry locations, rated for 600V and 90° C. d. Disconnect switches • Fusible, heavy duty with interlocking cover. • Side operated, insulated handle. • UL listed, meeting NEMA KS 1. • Capable of being locked in the Off (open) position using standard padlocks as • defined by NEMA KS 1 and in accordance to Lockout / Tag-out procedures • defined by ASSE Z244.1 and 29 CFR PT 1910.147. • Short circuit interrupting rating of 200 kA. • Indoor use: NEMA 250, Type 1 or 12. • Outdoor use: NEMA 250, Type 3R. • Provide equipment grounding terminal on the switches. e. Panelboards • Manufacturer: Square D. • Shall be of the dead front type. • Fusible panelboards shall be type QMD. • Lighting panelboards shall have 20% spare breakers available for future use. • Panelboard main bus shall be copper. • Circuit breakers shall have bolted bus connections. Plug-in circuit breakers • shall not be used. • Provide permanent locking feature (accessory) for lock out on all circuit • breakers. • Do not use tandem circuit breakers. • Enclosure: comply with NEMA 250. • All interiors shall be completely factory assembled with switching and • protective devices. f. Provide all lighting and receptacles • The minimum conductor size shall be #12 AWG copper for power and lighting branch circuits. • Provide new emergency lights and exit signs in accordance with NFPA 101 requirements. o Emergency light batteries shall be capable of powering the emergency lights for 90 minutes. o Provide 120V, red LED exit signs. • Outlets shall be provided for emergency lights. The outlets shall be wired upstream of any switch. The cable from the emergency lighting unit shall be less than 3 feet. g. Grounding • Ground wire shall be copper, uninsulated or with green insulation. • Provide ground connection to all electrical equipment enclosures. • Include an equipment grounding conductor with all feeders, subfeeders, • branch circuits, and receptacle circuits. • For all circuits, grounding size shall be in accordance with NFPA 70. • Raceways shall not be used as a sole ground fault return path. • Grounding electrode conductor: size to meet NFPA 70 requirements. • Bonding conductor: bare copper conductor. h. Dry type transformer • Provide a 3 phase, 60 Hz, 480 V - 208/120V, pad mounted NEMA 250 Type 3R rated, UL listed dry type transformer with copper windings, meeting the requirements of 10CFR431 subpart K. i. Execution • Install in accordance with NFPA 70 and manufacturer's instructions. • Apply adhesive tag on the inside door of each fused switch indicating NEMA fuse class and size installed. • Follow manufacturer's torque requirements. Otherwise, install electrical equipment snug tight with a solid connection obtained using standard tools (e.g. screwdriver, nut driver, etc.) where bolting hardware has been sufficiently tightened to bring contacting surfaces of the bolted assembly into solid contact without damaging or distorting the assembly hardware. • Clean electrical parts to remove conductive and harmful materials. o Remove dirt and debris from enclosure. o Clean finishes and touch up damage. j. Testing requirements • A continuity test should be performed on all control and instrumentation cables rated 600V and below and 120VAC branch circuits for lighting and general purpose receptacles. o Acceptance criteria is end to end continuity of the conductors tested. • A megger test shall be performed on 480V cables. The test equipment setting shall be 500V. Note: 120VAC branch circuits for lighting and general purpose receptacles do not require this test. o Acceptance criteria is 100 megohms minimum. k. Communications • Communications Services shall be provided from the existing manhole located approximately 240 feet to the south of the new building, with the following services: o Telephone o Fire Alarm o Public Address System (amplifier and speaker) o Site Net REFERENCES AC29335A-00008 American Boiler Works Vendor Print File for Burial Ground Pad #3 Working Platform, including O&M Manual C-SPP-E-00023 Trupact Working Platforms (procurement specification) C-DCF-E-00223 Trupact Working Platform Specification Revision WSRC SDDR No. 08019 Working Platform Disposition Request ATTACHMENTS 1 Conceptual Site Plan (one page) 2 Conceptual Building Plan (one page) 3 Electrical Power Single Line Diagram (one page) ASSUMPTIONS A. Minimum telecommunications service available in nearby manhole located approximately 240 ft. from building. B. Soil bearing capacity is assumed to be 2000 psf. C. Manual foam suppression system will be utilized for this facility. Interested parties should submit a Request for Information (RFI) response via email, that includes a budgetary estimate for scope as described herein, no later than the specified response date. SRNS will review all responses with the purpose of developing a list of parties to receive a Request For Proposal(RFP), if this action advances to that stage of the procurement process. Responses to the RFI does not guarantee selection to participate in the RFP. SRNS will use its best judgment in determining which interested parties should receive the request for proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4030afc7e69268095bff6f2fd2d77320)
- Place of Performance
- Address: Savannah River Nuclear Solutions, LLC, Aiken, South Carolina, 29808, United States
- Zip Code: 29808
- Zip Code: 29808
- Record
- SN04797530-W 20180125/180123231651-4030afc7e69268095bff6f2fd2d77320 (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 |