Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2020 SAM #6637
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ) ARCHITECT-ENGINEERING (A-E) CONTRACT FOR UTILITY ENGINEERING AND DESIGN SERVICES FOR THE NAVFAC MIDLANT NORTH AREA OF RESPONSIBILITY (AOR)

Notice Date
1/29/2020 1:34:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N40085-20-R-0020
 
Response Due
2/11/2020 11:00:00 AM
 
Archive Date
02/26/2020
 
Point of Contact
Brittany Cristelli, Contract Specialist, Phone: 757-341-1978
 
E-Mail Address
brittany.cristelli@navy.mil
(brittany.cristelli@navy.mil)
 
Description
N40085-20-R-0020 INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER (AE) SERVICES FOR MULTI-DISCIPLINE, UTILITY DESIGN IN THE NAVFAC MID-ATLANTIC AREA OF RESPONSIBILITY (AOR), LOCATED PRIMARILY AT NORTHEAST AREA OF RESPONSIBLITY.� Description: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (AE) services for the Northeast Area of Responsibility for NAVFAC MID-ATLANTIC. �These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a base period of one year and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $30,000,000. The guaranteed minimum for the contract term (including option years) is $5,000 Firm-fixed price task orders will be negotiated for this contract. There will be no dollar limit per task order and no dollar limit per year. �Estimated start date is�November 2020. This proposed contract is being solicited on an UNRESTRICTED basis. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code is 541330, Engineering Services, and the Small Business size standard is $15,000,000. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. Typical task orders issue under this contract are expected to range between $100,000 to $1M; with construction cost from $1M to $12M.� �Project programs typically supporting this contract are Utility-Energy Management (UEM), Major Maintenance Repair Program (MMRP), Special Projects, and Military Construction Programs. Comprehensive AE services are required for planning, design, and construction services in support of sustainment, restoration, repair, replacement, demolition, modernization, and new construction and/or improvements to utility infrastructure, distribution systems and facility infrastructure. Projects include but are not limited to: electrical generation and distribution, industrial control and communications, power plant thermal systems, compressed air production, mechanical utility distribution, fire protection and alarm systems, sanitary sewer, oily waste water collection, pump stations, potable and process water, storm drainage, roadways, parking lots, site development, bridges, railroad, and crane rails.� AE services may include multiple disciplines or single disciplines, including but not limited to project manager, architect, civil, geotechnical, structural, mechanical, electrical, fire protection, and cost engineering. �Specialized services for telecommunications may be required. Facility types may include, but are not limited to, utility and energy infrastructure and systems for shore facilities, waterfront facilities and associated infrastructure. �� Specific types of AE services that may be required under this contract include: A)����� Planning Services, including the development of project programming document (DD 1391), evaluations, site investigations, and cost estimation such as: 1)�������� Facility planning services, including: i)��������� Project programming and requirements development ii)�������� Conceptual pricing development iii)������� Development of Alternatives including Economic Analysis 2)�������� Facility analysis, including: i)��������� General condition assessment including code compliance ii)�������� Energy utilization studies iii)������� Facility life safety code analysis iv)������� Hazardous material surveys and analysis 3)�������� Site investigation services, including: i)��������� Geotechnical investigation ii)�������� Utility location/identification iii)������� Site topographic and property boundary studies, including flood zones and wetlands iv)������� Environmental soil and ground water sampling and analysis v)�������� Storm Drainage analysis/studies B)����� Design Services, including all supporting activities such as site investigation, surveys (to include hazardous material testing), design charrettes, cost estimates, etc.: 1)�������� Development of design-build RFP packages including schematic concept drawings and environmental studies 2)�������� Development of comprehensive design-bid-build packages that include full plans and specifications 3)�������� Construction Cost Estimates. 4)�������� Calculations C)����� Construction Services such as the following services: 1)�������� Contractor submittal reviews 2)�������� Field consultation and special inspections 3)�������� Electronic Operation and Maintenance Support Information (eOMSI) 4)�������� Obtaining environmental permits and regulatory approvals 5)�������� As-built and Record Document preparation AE firms are required to prepare cost estimates utilizing the MCACES MII estimating system, specifications in the SPECSINTACT program, design-build RFPs utilizing NAVFAC Design-Build Masters, and drawings in AutoCAD (2016 or higher) or Revit (2016 or higher) utilizing the National CADD Standards format with NAVFAC specified modifications.� 3D renderings and BIM modeling may also be required.� AE firms or others under contract or providing services to NAVFAC may request software installation packages from NAVFAC Atlantic CI Cost.� The AE is to send an email to NAVFAC-CI-Cost@navy.mil with the following in the Subject Section ""MII License Request"". Software is generally distributed to AEs free of charge; however, accompanying database licenses must be purchased and licensed as appropriate by the user. Asbestos and or lead-based paint assessments may be required on this contract to determine the presence of hazardous material in existing facilities or at utility points of connections.� When asbestos or lead is found, comprehensive asbestos or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required.� Work on and around waterfront structures, including under deck and underwater, and work in confined spaces may be required on this contract.� AE firms must be able to accept work that involves asbestos, lead paint, PCBs, contaminated ground-water/soil and other hazardous materials, work on and under waterfront structures, on active airfields, and in confined spaces.� As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or sub-consultant. All engineering and design services shall comply with the most current edition of FC 1-300-09N Navy & Marine Corps Design Procedures, and other requirements as indicated on the Whole Building Design Guide Web Site (www.wbdg.org).� Selected AE firm is required to have online access to web-based support programs and email via the internet for routine exchange of correspondence/information.� AE firm is required to submit and maintain an AE Accident Prevention Plan (APP) in accordance with USACE EM 385-1-1 for each project on this contract and Activity Hazard Analysis (AHA) for each in-field action.� Key personnel, including sub-consultants, MUST be U.S. CITIZENS and able to obtain security clearances as required. All contractors are advised that registration in System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render your firm ineligible for award. For more information, check the SAM Web site: https://www.sam.gov. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including NFAS 5252.209-9300, Organizational Conflicts of Interest. The prime firm for this contract will be required to perform throughout the contract term. Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF330 submittal. Elaborate presentations are not desired. SELECTION CRITERIA: Firms responding to this synopsis will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria.� Failure to comply with instructions, or provide complete information may affect the firm�s evaluation or disqualify the firm from further consideration.� Evaluation criteria (1) through (4) are considered most important and are equal among themselves; criteria (5-6) are of slightly less importance and are equal among themselves; criteria (7) is of the least importance and will be used as a tie-breaker among technically equal firms. Specific selection criteria include: Specialized Experience Professional Qualifications Past Performance Quality Control Program Management, Location and Capacity 6. � Commitment to Small Business 7. � Volume of Work Criterion 1-� Specialized Experience (SF330, Part I, Section F): Firms will be evaluated on specialized experience in Electrical generation and distribution (low and medium voltage) Power plant thermal systems (steam, condensate, feedwater, etc) Compressed air production (150psig) Mechanical utility distribution (steam, condensate, compressed air) Industrial communications (fiber optics or SCADA) Sanitary sewer systems and pump stations Potable and process water systems Storm drainage Roadways, parking lots, and bridges Railroad and crane rails � Through evaluation of experience in: Providing design-bid-build packages consisting of full construction drawings, specifications, calculations, and cost estimates for various utilities and infrastructure projects Prepare design-build RFP packages and cost estimates for various utility and infrastructure projects; Experience preparing preliminary design deliverables such as concept plans, environmental studies, geotechnical reports, facility planning studies, including; developing facility requirements, preparing engineering evaluations, project scope, and unit guidance or parametric cost estimating;� Designing projects experience with regional codes, laws and permitting procedures; Preparation of designs using AutoCAD or Revit; and Providing construction phase services (shop drawing review, record drawings preparation, and construction inspection/consultation services) Firms may be considered more favorably by demonstrating the following: Demonstration of multiple areas of specialized experience, for example submitting projects that cover different specialized experience rather than submitting projects for a single specialized experience. Historic Preservation and Renovations; Experience with historic building repairs and renovations in accordance with the Secretary of the Interior�s Standards Experience designing projects to Navy or other DoD agencies criteria (such as: UFC, ECB, Mil Stds., NAVFAC DB Master RFP templates, UFGS, etc.) Submission requirements: Provide a minimum of four (4) projects and a maximum of six (6) projects completed within the past (7) years immediately preceding the date of issuance of this notice that best demonstrate specialized experience of the proposed team in the areas outlined above. Sufficient information to determine the date of completion the project must be included in the project description or the project will not be considered. If more than the maximum number of projects are submitted, the Government will only evaluate (6) projects in the order submitted. All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from consideration in the evaluation. To enable verification, firms should include the DUNS number along with each firm name in the SF330 Part 1, Section F, block 25, �Firm Name� Include a contract number or project identification number in block 21. Include an e-mail address and phone number for the point of contact in block 23(c). In block 24, include in the project description the contract period of performance, date of project completion (MM/DD/YEAR), award contract value, current contract value, define professional service role and a summary of the work performed that demonstrates relevance to specialized experience as outlined above. For projects performed as a subcontractor or a joint venture involving different partners, specifically indicate the value of the work performed as a subcontractor or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole.� If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects may be submitted for either joint venture, not to exceed a total of (6) projects. Projects shall be submitted on the SF-330 at Part I, Section F and shall be completed projects. Projects not completed will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. Instead, list relevant task orders or stand-alone contract awards that fit within the definition above. The Government will not evaluate information provided for an IDIQ contract. Examples of project work submitted that do not conform to this requirement will not be evaluated. NOTE:� Date of project completion is defined as date of final design acceptance to client. For Full Design Projects is date of final signed sealed plans & specifications to client; and for DB RFP Preparation is final RFP documents submission; and for DB RFP representing Contractor as DOR:� The final design acceptance to client; and for Design Development/DD1391 and Studies/Investigations:� date of final submission of design development/DD1391 and/or report. All information for Criterion 1 should be submitted in the SF330, Part I, Section F of the. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluation of Criterion 1. Criterion 2-� Professional Qualifications (SF330, Part I, Sections E & G): Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in the SF330, Part 1, Section G. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Specific disciplines that must be included in key personnel are Project Managers, Quality Control Manager, Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers and Cost Engineers. Firms may considered providing professional qualifications for Geotechnical Engineers and Fire Protection Engineers. However, these may also be sub-consulted areas of expertise. Submission Requirements: SF330, Part I, Section E. Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract. Resumes are limited to (2) pages and should indicate: professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within the past (7) years) project-specific experience in work relevant to the services required under this contract; and indicate proposed role in this contract. At a minimum, resumes should indicate academic qualifications, professional licensure, supplemental training or certificates, and total years� professional experience. State whether team members are U.S. Citizens.� The AE shall indicate whether the key personnel hold a security clearance, and if so, at what level.� Indicate participation of key personnel in example projects in the SF330, Part 1, Section G. Criterion 3-� Past Performance (SF330, Part I, Section H): Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS for Criterion 1 projects and may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. NOTE: Past performance information for projects listed under Criterion 1 may be given greater weight. Submission Requirements: SUBMIT A COMPLETED CPARS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A COMPLETED CPARS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (A)) included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion 1, Specialized Experience. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF330. If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ (Attachment (A)), which will provide contract and client information for the respective project(s). Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Firms should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Command Mid-Atlantic Command, Code ACQ21, Attn: Ms. Brittany Cristelli, Contract Specialist via email at brittany.cristelli@navy.mil, prior to the response date. Firms shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Firms may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1 Specialized Experience.� Firms may also address any adverse past performance issues.� Information shall not exceed two double-sided pages (or four single-sided pages) in total. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. Criterion 4-� Quality Control Program (SF330, Part I, Section H): Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract, and means of ensuring quality services from their consultants/subcontractors.� Maximum of 5 pages (one-sided) for Criterion 4 response.� Offeror who exceed the page limit, the first 5 pages will be evaluated and pages after page 5 will not be evaluated. Submission Requirements: Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall: 1.�� Explain the quality control program including an example of how the plan has worked for one of the projects submitted as part of SF330, Section F or how the plan will work if it has not been used previously. 2.�� Provide a quality control process chart showing the inter-relationship of the management and team components. 3.�� Describe specific quality control processes and procedures proposed for this contract including technical accuracy of and assurance of overall coordination of AE plans, specifications, and construction cost estimates. 4.�� Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities. 5.�� Describe how the firm�s quality control program extends to management of subcontractors and specialty consultants. Criterion 5-� Program Management, Capacity and Firm Location (SF330, Part I, Section H): Firms will be evaluated on the firm�s ability to plan for and manage work under the contract, the capacity to accomplish the work in the required time, and on the locations of their office(s) that will be performing the work under this contract and demonstrated knowledge of the primary geographic areas in which projects could be located. �Maximum of 5 pages (one-sided) for Criterion 5 response.� Offeror who exceed the page limit, the first 5 pages will be evaluated and pages after page 5 will not be evaluated. Submission Requirements: 1.�� Provide an organizational chart for the team and discuss the management plan for this contract and personnel roles in the organization. Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. 2.�� Describe the firm�s present workload and the availability of the project team (including consultants) for the specified contract performance period. Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services.� General statements of availability/capacity may be considered less favorably.� 3.�� Provide the location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Evaluation of firms will include consideration of their location within the primary geographic area of the anticipated projects, primarily in the Northeast Area of Responsibility (Maine, New Hampshire, Vermont, Massachusetts, Connecticut, Rhode Island, New York). �Provide examples demonstrating team�s knowledge of the primary geographic areas in which projects could be located. Criterion 6�Commitment to Small Business (SF330, Part I, Section H): Firms will be evaluated in terms of the extent to which they have identified and committed to Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZoneSB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate proposals based on: (A) Past performance in utilization of small business concerns, and (B) Participation of small business concerns for this requirement. In support of (A), all firms shall provide historical data on utilization of SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB and HBCU/MI. Large Businesses shall submit three �final� or �most recent� Individual Subcontracting Reports (ISRs) for similar contracts of relative size which show compliance with utilizing the various types of small business firms noted above. If ISRs are not FINAL or MOST RECENT they will not be considered. If subcontracting goals were not met, provide an explanation. If Individual Subcontracting Reports were not applicable to the similar contracts noted, large businesses shall submit other documentation which shows their utilization of the various types of small business firms for the contracts. Small Businesses shall also submit documentation which shows their utilization of the various types of small business firms for similar contracts of relative size. In support of (B), large businesses shall submit a draft Small Business Subcontracting Plan, in which they will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Department of Defense (DoD) has assigned goals for FY2019 in terms of percentages of total planned subcontracting dollars for utilization of small businesses. Demonstrate the plan to meet these goals: FY2019 SB 45% HubZone 3% SDB 5% WOSB 15% SDVOSB 5% VOSB 5% If a large business firm is selected for award, a Small Business Subcontracting Plan, in accordance with FAR 19.7 and DFAR 219.7, will be required and incorporated into the contract award. A draft Small Business Subcontracting Plan is not required from small businesses; however, small businesses shall submit similar information on the extent to which they identify and commit to subcontracting to large business (LB), SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB, and HBCU/MI if applicable in the performance of this contract. The Small Business size standard classification is NAICS (541330 NAICS Code), (Engineering Services), size standard ($15,000,000). The attached Small Business Subcontracting Plan template (Attachment (B)) shall be used by large businesses to complete the draft subcontracting plan. Firms shall submit their �draft� Small Business Subcontracting Plans utilizing this template, and ONLY this template. Criterion 7�Volume of Work (SF330, Part 1, Section H) Firms will be evaluated in accordance with DOD Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System (FPDS). Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A&E firms including small, disadvantaged business firms, and firms that have not had prior DOD A&E contracts. Submission Requirements: Firms do not submit data for this factor. � SF-330 SUBMISSION REQUIREMENTS: Architect-Engineer firms desiring to be considered for this contract must submit a completed SF-330 package. The SF-330 shall be typed, one sided, at least 11 point Times New Roman or larger. Part I shall not exceed (50) single-sided 8.5 by 11 inch pages (the page limit does not include ISRs, certificates, PPQs, licenses, or the draft subcontracting plan, as required by the Small Business Subcontracting criterion, nor does the page limit include cover sheets, dividers, or other requested documentation (e.g., joint venture agreement, proof of AE firm registration) �provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially.� The organizational chart may be one-page single sided 11 by 17 foldout, using 11-point font or larger (font limitations do not apply to graphics, captions or tables).� Please include your DUNS and CAGE numbers in Block 30 of the SF-330. � **In accordance with the FAR 36.601-4(b) contracts for architect-engineer services may only be awarded to firms permitted by law to practice the professions of architecture or engineering. Firms must submit proof that they are permitted by law as required by FAR 36.601-4(b).� If a firm is in a jurisdiction that requires AE firm registration, the firm must provide proof of registration.� If a firm is in a jurisdiction that does not require AE firm registration, the firm must provide proof eligibility to practice (e.g., a summary explaining eligibility under the laws of that jurisdiction).� Failure to submit the required proof could result in a firm�s elimination from consideration. **Firms who are offering as a joint venture should include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement may result in the firm�s elimination from further evaluation. Architect-engineer firms that meet the requirements described in this announcement are invited to submit (4) of the SF-330 and (1) CD with searchable bookmarks to Naval Facilities Engineering Command (Mid-Atlantic Command), Code (ACQ21), Attn: Ms. Brittany Cristelli, 9324 Virginia Ave., Norfolk, Va. 23511-3095. �Firms responding to this announcement by February 11, 2019 at 2 PM (EST) will be considered. �THIS IS NOT A REQUEST FOR PROPOSAL.� Late responses will be handled in accordance with FAR 52.215-1. The points of contact are either Brittany Cristelli, Contract Specialist, at brittany.cristelli@navy.mil or Philip Cole, Supervisory Contract Specialist, at philip.j.cole@navy.mil.� If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered.� As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (e.g., state registration number).� Inquiries concerning this procurement should include solicitation number and title and be forwarded via email to brittany.cristelli@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/76cd9b75bee74d6786787842791919d5/view)
 
Place of Performance
Address: ME, USA
Country: USA
 
Record
SN05546252-F 20200131/200129230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.