Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2018 FBO #5993
DOCUMENT

99 -- To repair the vandalized Confederate statue at the Camp Chase Federal Cemetery. - Attachment

Notice Date
4/19/2018
 
Notice Type
Attachment
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78618Q0316
 
Response Due
5/4/2018
 
Archive Date
6/3/2018
 
Point of Contact
TWILLIE L. CURRY III
 
Small Business Set-Aside
Total Small Business
 
Description
Page 2 of 12 COMBINED SYSNOPSIS/SOLICITATION FOR REPAIR HISTORIC ZINC ( WHITE-BRONZE ) SOLDIER FIGURE AND REATTACH TO THE MEMORIAL ARCH AT CAMP CHASE CONFEDERATE CEMETERY, COLUMBUS, OH THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SUPPLIES AND 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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A SEPARATE SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. SOLICITATION 36C78618Q0316 IS BEING ISSUED AS A REQUEST FOR QUOTE (RFQ). THIS NOTICE AND THE INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH THE FEDERAL ACQUISITION REGULATIONS (FAR). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTE. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) /Effective Date: 2005-97/01-24-2018 are available in full text through Internet access at http://www.acquisition.gov/far. 1. This is a 100% set aside to Small Business (SB), Open Market procurement. North American Industry Classification System (NAICS) code is 711510 Independent Artists, Writers, And Performers and the size standard is 7.5 Million. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response. Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov, PRIOR TO AWARD and through final payment, and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. 2. This combined synopsis/solicitation for commercial items is in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. Therefore, all quotations received prior to the RFQ close date will be considered by the Contracting Office. A single award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Delivery shall not exceed 180 business days after Award to the following addresses: Camp Chase Confederate Cemetery 2900 Sullivan Avenue Columbus, OH 43204 The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Item (CLIN(s)) SUPPLIES OR SERVICES AND SCHEDULE OF PRICES CLIN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 0001 The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform repair of a historic zinc figure and its placement atop a stone arch within Camp Chase Confederate Cemetery, Columbus, OH, as defined in this Performance Work Statement except for those items specified as government furnished property and services. 1 EA $ $ SEE ATTACHMENT B: PERFORMANCE WORK STATEMENT 3. The following Provisions and Clauses apply to this procurement: a). The provision at 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this acquisition. Quotes are due on May 4, 2018 12:00 Noon EST IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION OF THEIR QUOTES IN THE VENDOR PORTAL. PROCEDURES FOR UPDATING ALREADY SUBMITTED QUOTES ARE PROVIDED IN ATTACHMENT D-THE VENDOR PORTAL GUIDE. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far-left side of the webpage and click on Request a user account to register. In the event an Offeror is unable to submit a quote through the Vendor Portal domain, prior to the solicitation closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of quotes through E-mail will not be accepted. Quote transmission/uploads shall be completed by the date/time specified. Late or incomplete quotes will not be considered. Quoters unable to submit their quotes through VA eCMS Vendor Portal, may submit their quotes via email, PROVIDED THE VA eCMS Vendor Portal registration requirements have been fulfilled AND Quoters have contacted the VAAS helpdesk for assistance in their quotes submission. A copy of the email correspondence with the VAAS helpdesk shall be forwarded to the Contract Specialist, Twillie L. Curry III, at Twillie.curry@va.gov as proof of email correspondence. If a request for assistance with the VAAS helpdesk proves unsuccessful in an Offeror s ability to submit a quote prior to the closing date, via the Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a quote via the Portal. The offeror shall receive approval from the contracting officer prior to submitting quotes via email. This document shall be submitted with the Offeror s quotes. In the event an Offeror has not requested quote submission assistance to the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit a quote via Vendor Portal, the Offeror will be considered non-responsive and the E-mail version of the quote will not be accepted. SEE Attachment D Vendor Guide QUOTERS MUST COMPLETE AND RETURN ALL INFORMATION DESIGNATED IN FAR PROVISION 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JAN 2017), PARAGRAPH (b) AND IN THE STATEMENT OF WORK. QUOTE SHALL BE SUBMITTED BY POTENTIAL QUOTERS, PRIOR TO THE TIME SPECIFIED TO BE CONSIDERED FOR AWARD. Failure to submit all required documentation & Samples may result in your quote being determined not Technically Unacceptable and removed from further consideration. Quote shall include the information listed below. Quotes that fail to furnish the required information, or reject the terms and conditions of the RFQ may be excluded from further consideration. The following factors will be considered when evaluating the quotes: Technical and Price. The Offeror s quote shall consist of four (4) volumes. The Volumes are I Price Schedule, Volume II Technical-Literature Review, Volume III-Past Performance, and Volume IV- Certifications & Representations. 2. RFQ FILES. Quoters quotations shall be submitted in accordance with the following instructions: a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quotation page limitations are not applicable to this procurement. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are recommended. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. All proprietary information shall be clearly and properly marked. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions will not be evaluated. a. File Packaging. All the quote files may be compressed (zipped) into one file entitled quote.zip using WinZip version 6.2 or later version or the quote files may be submitted individually. b. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Quoters are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. The titles and page limits requirements for each file are shown in the Table below: Volume Number Factor File Name Page Limitations* Volume I Price Schedule (Company Name) Price.xls None Volume II Technical: Literature Review (Company Name) Technical.pdf 50 Volume III Past Performance Past Performance.pdf 10 Volume IV Offer & Award Documents, Certifications & Representations (Company Name) OfrRep.pdf None A Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the technical Volume. However, be advised that all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror s quote will not be evaluated by the Government. VOLUME I- PRICE The Price Quote does not have a page limitation; however, Contractor s quotes shall provide detailed information that provides a list of price. The quote shall conform to PRICE/COST SCHEDULE on page 2. The contractor s price quote must be separated from the technical submittal. The contractor shall propose firm fixed price. The quotes that fail to furnish the required information, or reject the terms and conditions of the RFQ may be excluded from further consideration. VOLUME II TECHNICAL Quoters shall propose a detailed approach that addresses the following: Quoters shall provide a written document on meeting the requirements presented in the Product Description, including any innovative processes and/or procedures. Descriptive Literature (A) Include in this section a general outline for how your company would undertake the conservation, cleaning and repair of the monument. Generally, describe types of treatments employed and products used in the conservation of historic resources in an outdoor setting. Please describe any documentation and testing that might be performed as part of the project. Discuss your company s conservation practices as they relate to the Secretary of the Interior s Standards for the Treatment of Historic Properties. (B) The Offeror shall demonstrate that they are properly insured to perform the type of work covered in this contract for the period of performance. A copy of the insurance binder noting work covered shall satisfy this requirement. (C) Offeror is to describe the proposed staffing plan, demonstrate the relevant experience of project personnel, include training (certificates of specialization, academic training, apprentices, on-the-job training), experience record (work on similar historic resources/objects, awards/commendations, etc., completed in the past 5 years), years with your firm, total years performing this specialty work. If subcontractors or consultants will be used, please provide their names, addresses, telephone numbers, area(s) of expertise and respective discipline(s), and corporate experience. This information should reflect an understanding of the Secretary of the Interior s Historic Preservation Professional Qualification Standards and standards established by the American Institute of Conservation. (D) Offeror is to provide information regarding your plant and equipment that pertains to your ability to perform the work under the contract. VOLUME III-PAST PERFORMANCE Quoters must identify previous federal, state, and local government and private contracts that they have completed and that are similar to the contract being evaluated. List a minimum of three (3), but no more than five (5) contracts for evaluation limited to the last five (5) years. Quoters are required to complete the Business Management Questionnaire. Please see Attachment C. VOLUME IV - OFFER AND AWARD DOCUMENTS AND CERTIFICATIONS/REPRESENTATIONS Certifications and Representations - An Acrobat PDF file shall be created to capture the signatures for submission. This Volume shall contain the following: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Point of Contact Name Telephone number E-Mail Address Acknowledgement of Amendments, if any. Any proposed exceptions to solicitation terms and conditions Quoters are hereby advised that any Offeror-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Offeror s quote Unacceptable, and thus ineligible for award. The provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers based on (LPTA) Lowest Priced Technically Acceptable. Quotes will be evaluated for acceptability, but not ranked using the non-cost/price factors. The following factors will be used to evaluate quotes: FACTOR 1: Technical FACTOR 2: Past Performance FACTOR 3: Price All quotes shall be subject to evaluation by Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Award will be made to Offeror whose price for items are lowest among all quotes that were deemed to be technically acceptable. Offerors who fail to meet the technical requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. Quotes will be evaluated on the following factors in descending order of importance with Factor 1 being the most important. Factor 1 Technical Qualifications: (A) Include in this section a general outline for how your company would undertake the conservation, cleaning and repair of the monument. Generally, describe types of treatments employed and products used in the conservation of historic resources in an outdoor setting. Please describe any documentation and testing that might be performed as part of the project. Discuss your company s conservation practices as they relate to the Secretary of the Interior s Standards for the Treatment of Historic Properties. (B) The Offeror shall demonstrate that they are properly insured to perform the type of work covered in this contract for the period of performance. A copy of the insurance binder noting work covered shall satisfy this requirement. (C) Offeror is to describe the proposed staffing plan, demonstrate the relevant experience of project personnel, include training (certificates of specialization, academic training, apprentices, on-the-job training), experience record (work on similar historic resources/objects, awards/commendations, etc., completed in the past 5 years), years with your firm, total years performing this specialty work. If subcontractors or consultants will be used, please provide their names, addresses, telephone numbers, area(s) of expertise and respective discipline(s), and corporate experience. This information should reflect an understanding of the Secretary of the Interior s Historic Preservation Professional Qualification Standards and standards established by the American Institute of Conservation. (D) Offeror is to provide information regarding your plant and equipment that pertains to your ability to perform the work under the contract. Factor 2 Past Performance and References: (A) This section should fully address past performance and that of any subcontractors or consultants you propose to use in performance of the contract: (i) Identify work previously performed by your company similar in nature to the work described in the Statement of Work, all of which should meet the Secretary of the Interior s Standards for the Treatment of Historic Properties. Offeror shall provide evidence demonstrating their respective discipline by submitting portfolio of memorial/monument conservation and repair projects or other similar work involving stone/masonry (marble, limestone, brick, granite, concrete, fieldstone, terra-cotta) and metals (bronze, iron, zinc/white bronze, aluminum, brass, lead, stainless steel), as well as coatings (paint, wax, patination, lithichrome, stucco) and related materials (mortar, architectural caulk, adhesive, glass, tile) that have been completed in the past 5 years. Between two and five projects should be presented. (ii) Identify work previously performed by proposed subcontractors and consultants similar in nature to the work described in the Statement of Work, all of which should meet the Secretary of the Interior s Standards for the Treatment of Historic Properties. Offeror shall provide evidence demonstrating their respective discipline by submitting portfolio of memorial/monument conservation and repair projects or other similar work involving stone/masonry (marble, limestone, brick, granite, concrete, fieldstone, terra-cotta) and metals (bronze, iron, zinc/white bronze, aluminum, brass, lead, stainless steel), as well as coatings (paint, wax, patination, lithichrome, stucco) and related materials (mortar, architectural caulk, adhesive, glass, tile) that have been completed in the past 5 years. Between two and five projects should be presented. (B) This section should fully address references and those of any subcontractors or consultants you propose to use in performance of the contract: (i) Include in this section a minimum of three (3), but no more than five (5) references that can attest to the experience and past performance of your company in cleaning and repair of monuments and memorials and/or similar services as described in Factor 2 (A), within the last five (5) years. Offers are required to complete the Business Management Questionnaire for each reference. Please see Attachment C. Also include any ratings, letters, awards, etc. which support past performance on these projects. The Government reserves the right to check any or all cited references to verify supplied information and to assess owner satisfaction. The Government may also use other tools to assist in its evaluation of an Offeror s past performance. (ii) Include in this section a minimum of three (3), but no more than five (5) references that can attest to the experience and past performance of your proposed subcontractors and consultants in cleaning and repair of monuments and memorials and/or similar services as described in Factor 2 (A). Offers are required to complete the Business Management Questionnaire for each subcontractor reference. Please see Attachment C. Also include any ratings, letters, awards, etc. which support past performance on these projects. Government reserves the right to check any or all cited references to verify supplied information and to assess owner satisfaction. The Government may also use other tools to assist in its evaluation of an Offeror s past performance. Factor 3 Price. The Government anticipates that adequate price competition will establish a fair and reasonable price. However, if the Government does not receive adequate price competition, it will evaluate price quotes to ensure price reasonableness of the service being provided to the Government, considering the specific terms and conditions and relevant commercial practices. Options. N/A A written and signed/dated, by the Contracting Officer, contract of award to the successful Offeror shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), if there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Evaluation Process: A Responsibility Determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will make use of several data bases to aid in establishing a more complete picture of responsibility and ability the databases include, but are not limited to Experian, PPIRS, EPLS, VetBiz and SBA. Clauses: SBA ACT 8(D) (13) (B); DIGNITY STANDARDS; FAR 52.212-4, Contract Terms and Conditions (JAN 2017) applies to this acquisition. Addendum to the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-99, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) PROVISIONS AND CLAUSES: CLAUSES INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference(FEB 1998);52.203-3, Gratuities (APR 1984); 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistle Blower Rights (APR 2014); 52.204-4, Printed or Copied Double Sided on Recycled Paper (MAY 2011); 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (DEC 2013); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 52.246-1 Contractor Inspection Requirements (APR 1984); 52.246-2 Inspection of Supplies-Fixed Price (AUG 1996); 52.246-16 Responsibility for Supplies( APR 1984); 52.247-34, F.O.B. Destination (NOV 1991); Limitations on Subcontracting-Monitoring and Compliance (JUN 2011) http://www.acquisition.gov/far/index.html https://www.va.gov/oal/business/pps/policy.asp Solicitation Provisions: 52.203-98, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation ) (JAN 2017); 52.209-5, Certification Regarding Responsibility Matters (OCT 2015); 52.209-7, Information Regarding Responsibility Matters (JUL 2013); 52.212-1 Instructions to Offerors-Commercial Items (Jan 2017); 52.212-2, Evaluation-Commercial Items (OCT 2014); 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017); 52.216-1 Type Of Contract (APR 1984); 52.233-2, Service of Protest (JAN 2008). PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7, System for Award Management (OCT 2016); 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); 52.204-17, Ownership Or Control Of Offeror (JUL 2016); 52.211-6, Brand Name or Equal (AUG 1999); 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities Or Transactions Relating to IRAN-Representation and Certifications (OCT 2015). VAAR: The VAAR Clauses applicable to this acquisition are 852.203-70, Commercial Advertising (JAN 2008), 852.203-71, Display of Department of Veterans Affairs Hotline Poster (DEC 1992); 852.211-75, Product Specifications (JAN 2008); 853.232-72 Electronic Submission of Payment Request (NOV 2012); 852.233-71 Alternate protest procedure (JAN 1998); 852.237-70 Contractor Responsibilities (APR 1984); 852.246-71, Inspection (JAN 2008); 852.270-1, Representatives of Contracting Officers (JAN 2008). Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil/ All QUESTIONS AND QUOTES shall be submitted through the Department of Veterans Affairs - Electronic Management System (eCMS) Vendor Portal website in order to be considered for award. https://www.vendorportal.ecms.va.gov. VENDOR GUIDE IS ATTACHED TO THIS RFQ FOR YOUR INSTRUCTION. All questions must be received by no later than April 26, 2018 at 12:00 Noon E.S.T. to give reasonable time to respond to questions prior to close of the solicitation. No questions will be accepted after April 26, 2018 at 12:00 Noon E.S.T. The solicitation closes on May 4, 2018 at 12:00 Noon E.S.T. See attached document: ATTACHMENT A Contract Administration Covers Camp Chase Confederate Cemetery. See attached document: ATTACHMENT B- P09 PWS_Zinc_statue_CACH_. See attached document: ATTACHMENT C Business Management Questionnaire Past Performance. See attached document: ATTACHMENT D - Vendor eCMS Portal Guide. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0316/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0316 36C78618Q0316.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4239049&FileName=36C78618Q0316-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4239049&FileName=36C78618Q0316-000.docx

 
File Name: 36C78618Q0316 ATTACHMENT A Contract Administration Covers Camp Chase Confederate Cemetery.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4239050&FileName=36C78618Q0316-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4239050&FileName=36C78618Q0316-001.docx

 
File Name: 36C78618Q0316 ATTACHMENT B- P09 PWS_Zinc_statue_CACH_.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4239051&FileName=36C78618Q0316-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4239051&FileName=36C78618Q0316-002.docx

 
File Name: 36C78618Q0316 ATTACHMENT C Business Management Questionnaire Past Performance.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4239052&FileName=36C78618Q0316-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4239052&FileName=36C78618Q0316-003.docx

 
File Name: 36C78618Q0316 ATTACHMENT D - Vendor eCMS Portal Guide.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4239053&FileName=36C78618Q0316-004.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4239053&FileName=36C78618Q0316-004.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04895501-W 20180421/180419230729-cfd5e438586cfee7921a6ad2fa040aee (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.