SOURCES SOUGHT
J -- Automatic Defibrillator and Heart Monitor Maintenance
- Notice Date
- 8/11/2020 1:02:41 PM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
- ZIP Code
- 22060-5116
- Solicitation Number
- PR0011378237
- Response Due
- 8/19/2020 7:00:00 AM
- Archive Date
- 09/03/2020
- Point of Contact
- Pamela R. Beharrie, Phone: 7038063181, Fax: 7038063355
- E-Mail Address
-
pamela.r.beharrie.civ@mail.mil
(pamela.r.beharrie.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ������������������������������������������������������������������ SOURCES SOUGHT On behalf of the United States Army, USAG Fort Belvoir Fire & Emergency Services, located at Fort Belvoir, VA., the Mission and Installation Contracting Command (MICC-FB) is issuing this sources sought notice as a means of conducting market research to identify vendors that can provide defibrillator and heart monitor maintenance.� This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), or the promise to issue any of these notices in the future.� This notice does not commit the Government to contract for any supply or service.� This is a Request for Information (RFI), which is being used for informational and market research purposes only.� Respondents to this RFI are not considered as offerors and cannot be accepted by the Government to firm a binding contract.� The Government is not responsible for any costs incurred by the respondents when responding to this RFI.� Respondents should not submit any proprietary information when responding to this RFI.� Respondents should also note that the Government will not return any submittals that is received.� Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Government-wide Point of Entry.� It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code is 811219-Other Electronic and Precision Equipment Repair and Maintenance with a Small Business Size Standard of $20.5M. The Product Service Code (PSC) is J042 Maintenance, Repair & Rebuilding of Equipment: �Fire Fighting/Rescue/Safety Equipment and Environmental Protection Equipment and Protection Equipment and Materials. A continuing need is anticipated for the maintenance of defibrillator and heart monitors which is being fulfilled through contract: W91QV1-15-P-0220.� Attached is a draft of the Statement of Work (SOW).� The estimated period of performance is 30 September 2020 through 29 September 2024, which includes a base of twelve months and three option periods.� Base on the attached SOW, interested parties are requested to submit a capability statement of no more than�Five (5) pages in length in Times New Roman font of not less than 10 pitch. The deadline for this response is Wednesday, August 19, 2020, at 10:00 a.m. Washington, DC time.� In lieu of the coronavirus pandemic, no phone calls will be accepted.� Please provide email responses only to this notice to Pamela Beharrie, Contract Specialist at pamela.r.beharrie.civ@mail.mil and Kenechukwu Anakor, Contracting Officer, at kenechukwu.a.anakor.civ@mail.mil. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement.� Small businesses, in all socio-economic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.), are highly encouraged to identify capabilities in meeting the requirement at fair market prices.� Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns, describe any conditions, if any, which may limit small businesses from participating. In response to this sources sought notice, interested are to include the following information: 1. Name of the firm, profile, point of contact, address, email address, phone number, DUNs number, CAGE code. A statement regarding business size (including small business type(s), certifications such as SDB, 8(a), HUB-Zone, SDVOSB, WOSB, etc. 2. Identify whether your firm�s capability to perform the required services.� Information in sufficient detail regarding relevant contracts of same or similar in nature of work, size, and complexity.� Include contract description, dollar value, and customer contact information. � 3. The NAICS code contemplated for this requirement is NAICS code is 811219-Other Electronic and Precision Equipment Repair and Maintenance with a Small Business Size Standard of $20.5 million dollars. �In your opinion, does this NAICS code fit this requirement? If not, which NAICS code would you suggest and why?� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the beta.SAM notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 4. Responses are to submit a capability statement of no more than five (5) pages in length in Times New Roman font of not less than 10 pitch. The deadline for this response is Wednesday, August 19, 2020, at 10:00 a.m. Washington, DC time.� In lieu of the coronavirus pandemic, no phone calls will be accepted.� Please provide email responses only to this notice to Pamela Beharrie, Contract Specialist at pamela.r.beharrie.civ@mail.mil and Kenechukwu Anakor, Contracting Officer, at kenechukwu.a.anakor.civ@mail.mi ���������������������������������������������������������������������� ATTACHMENT 1 �������������������������������������������������� Statement of Work Statement ������������������������������������� Stryker AED & Heart Monitor Equipment �����������������������������������������Fort Belvoir Fire & Emergency Services ����������������������������������������������������������������� Fort Belvoir, VA 1. General:� This is a non-personal services contract to provide routine hardware and software service support for Automatic Defibrillator and Heart Monitor Maintenance for the Fort Belvoir Fire & Emergency Services.� The Government shall not exercise any supervision or control over the contract service providers performing the services herein.� Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.� The Contractor, in turn, shall be accountable to the Government for Contractor or subcontractor personnel. 1.1. Description of Services/Introduction:� The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform Automatic Defibrillator and Heart Monitor Maintenance as defined in this Statement of Work; except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2. Scope of Work: The contractor shall provide annual testing, calibration, and miscellaneous repair if needed to cardiac monitoring and shock delivery equipment. Return service calls within two (2) hours and to resolve service issues within twenty-four (24) hours. Following Services, provide Customer with a written report of actions taken or recommended and identification of any materials replaced or recommended for replacement. 1.3 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and three (3) 12-month option years. Period of Performance reads as follows: �Base Year������������������������������������������� 30 September 2020 -29 September 2021 Option Year I�������������������������������������� 30 September 2021 -29 September 2022 Option Year II������������������������������������� 30 September 2022 -29 September 2023 Option Year III������������������� 30 September 2023 -29 September 2024 FAR 52.217-8 Extension������� 30 September 2024 � 29 March 2025 1.4 General Information 1.4.1 Quality Control: �Quality control is the responsibility of the contractor.� The contractor is responsible for the delivery of quality services/supplies to the government (see FAR 52.246-1, Contractor Inspection Requirements). The contractor shall develop, implement and maintain an effective quality control system that includes a written quality control plan (QCP).� The QCP shall implement standardized procedure/methodology for monitoring and documenting contract performance to ensure all contract requirements are met.� The contractors� QCP must contain a systematic approach to monitor operations to ensure acceptable services/products are provided to the government.�� The QCP, as a minimum, shall address continuous process improvement; procedures for scheduling, conducting and documentation of inspection; discrepancy identification and correction; corrective action procedures to include procedures for addressing government discovered non-conformances; procedures for root cause analysis to identify the root cause and root cause corrective action to prevent re-occurrence of discrepancies; procedures for trend analysis; and procedures for collecting and addressing customer feedback/complaints.� The contractor shall upon request provide to the government its quality control documentation.�� [Insert when and how the QCP is to be delivered, i.e., within 30 days after contract award or with the contractor�s proposal if it is an evaluation� factor, three copies of a comprehensive written QCP shall be submitted to the contracting officer (KO) and contracting officer representative (COR)� within five (5) working days when changes are made thereafter.]� After acceptance of the quality control plan the contractor shall receive the contracting officer�s acceptance in writing of any proposed change to its QC system. 1.4.2 Quality Assurance:� The government shall evaluate the contractor�s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is a government only document primarily focused on what the government must do to assure that the contractor has performed in accordance with the requirements of the contract. 1.4.3 Federal Observed Holidays:� [Contractor not required to perform services on holidays.]� New Year�s Day������������������������������������������������������������������ Labor Day Martin Luther King Jr.�s Birthday����������������������������������� Columbus Day President�s Day������������������������������������������������������������������� Veteran�s Day Memorial Day���������������������������������������������������������������������� Thanksgiving Day Independence Day���������������������������������������������������������������� Christmas Day Inaugural Day �1.4.4 Hours of Operation:� The Contractor is responsible for conducting business, between the hours of (7:00 a.m. � 4:30 p.m. EST Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings.� The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. 1.4.5 Place of Performance:� The work to be performed under this contract will be performed at Fort Belvoir, VA. 1.4.6 Type of Contract:� The Government will award a Firm Fixed Price contract.�� 1.4.7 Security Requirements.� Contractor personnel or any representative of the Contractor entering Fort Belvoir shall abide by all security regulations and shall be subject to security checks. 1.4.7.1 Physical Security: �The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.4.7.2 Key Control: N/A 1.4.8 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5, Post Award Orientation. The contracting officer, COR, and other government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance.� At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the government of problems, if any, being experienced.� Appropriate action shall be taken to resolve outstanding issues.� These meetings shall be at no additional cost to the government. 1.4.9 Contracting Officer Representative (COR):� The COR will be identified by separate letter.� The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including government drawings, designs, and specifications; monitor contractor's performance and notify both the contracting officer and contractor of any deficiencies; coordinate availability of government furnished property; and provide site entry of contractor personnel.� A letter of designation issued to the COR, a copy of which is sent to the contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates.� The COR is not authorized to change any of the terms and conditions of the resulting order. 1.4.10 Key Personnel:� For this requirement, a COR will be appointed by the Government. The Contractor shall provide a contract manager who shall be responsible for the performance of the work.� The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer.� The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract.� The contract manager or alternate shall be available between 7:00 a.m. to 4:30p.m., Monday through Friday except Federal holidays or when the Government facility is closed for administrative reasons.� 1.4.11� Identification of Contractor Employees:�� The contractor (to include subcontractors) shall provide each employee an identification (ID) badge, which includes at a minimum, the company name, employee name and a color photo of the employee.� ID badges for key personnel shall also indicate their job title. ID badges shall be worn at all times during which the employee is performing work under this contract.� Each contractor (to include subcontractors) employees shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit. The contractor (to include subcontractors) shall be responsible for collection of ID badges upon completion of the contract or termination of employee.� A listing of issued identification cards shall be furnished to the contracting officer prior to the contract performance date and updated as needed to reflect contractor and subcontractor personnel changes.� All contract personnel attending meetings, answering government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are government officials.� They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed 1.4.12. Supervision of Contractor Employees:� The government will not exercise any supervision or control over contractor or subcontractor employees while performing work under the contract. Such employees shall be accountable solely to the contractor, not the government. The contractor, in turn, shall be accountable to the government for contractor or subcontractor employees. 1.4.13� Contractor Travel �Contractor Travel contractor will be required to provide own travel to Fort Belvoir in the National Capital Region (NCR) during the performance of this contract in support of this PWS.� 1.4.14 Other Direct Costs: N/A 1.4.15 Organizational Conflict of Interest:� Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services that may create a current or subsequent organizational conflict of interests (OCI) as defined in FAR Subpart 9.5.� The contractor shall notify the contracting officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the contracting officer to avoid or mitigate any such OCI.� The contractor�s mitigation plan will be determined to be acceptable solely at the discretion of the contracting officer and in the event the contracting officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the contracting officer may effect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.4.16 Phase In /Phase Out Period: N/A 1.5 Reserved 1.6 Search and Seizure: Contractor personnel and property shall be subject to search and seizure upon entering the confines of (Fort Belvoir, Virginia) and upon leaving the confines of (Fort Belvoir, Virginia). 1.7 Base/Facility Access: The Contractor shall be responsible for ensuring that contractor personnel authorized to perform work under this contract obtain base/facility access.� All Contractor employees shall have on them, at all times, positive, photographic identification. The Contractor shall carry vehicle passes issued by (agency) for all vehicles entering the (location), whether company-owned or an employees� private vehicles. The Contractor Site Manager shall maintain a current list of all vehicles and individuals issued such passes. 1.8 Security Requirements:� Contractor shall not have access to any documents or information with a higher security classification than ""for official use only�.� Personnel security investigation is required.� The Contractor must be able to attain and maintain a favorable National Agency Check and secure a government CAC card. The contractor is required to complete the following training for security purposes: ��������������� a) AT Level I Training: This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area: All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 10 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://jko.jten.mil/courses/atl1/launch.html ��������������� b) iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area: The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 10 calendar days of new employees commencing performance with the results reported to the COR NLT 10 calendar days after contract award. ��������������� c) OPSEC Training: Per AR 530-1 Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter. Level I OPSEC training is available at the following website: http://cdse.edu/catalog/elearning/GS130.html (Duration: 45 minutes). ��������������� d) Cyber Awareness Training: The contractor must complete Cyber Awareness Training and Sign an Acceptable Use Policy (AUP) document in order to comply with Army Network use regulations. All contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six months of appointment to IA/IT functions. 1.8.1 Physical Security:� The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use, if performing in a government facility.� At the close of each work period, government facilities, equipment, and materials shall be secured. 1.8 Contract Manager or other primary Point of Contact (POC). The Contractor shall provide a Contract Manager who shall be responsible for the performance of the provided service or work. The name of this person and an alternate(s) who shall act for the Contractor when the Contract Manager is absent and shall be designated in writing to the Contracting officer at least 5 days prior to contract performance. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.9 The Contractor shall ensure all personnel receive an annual awareness briefing or training on Combating Trafficking in Persons (CTIP). Proof that all personnel received CTIP awareness or training shall be made available to the Government upon request.�� ����������������������������������������������������������������������������� PART 2 ����������������������������������������������������������� DEFINITIONS & ACRONYMS 2.� Definitions and Acronyms: 2.1. DEFINITIONS:� 2.1.1. CONTRACT ADMINISTRATOR.� The official government representative delegated authority by the contracting officer to administer a contract. This individual is normally a member of the appropriate contracting/procurement career field and advises on all technical contractual matters. 2.1.2. CONTRACTOR.� A supplier or vendor awarded a contract to provide specific supplies or services to the government.� The term used in this contract refers to the prime. 2.1.3. CONTRACTING OFFICER.�� A person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings on behalf of the government.� Note: The only individual who can legally bind the government. 2.1.4. CONTRACTING OFFICER'S REPRESENTATIVE (COR).�� An employee of the U.S. government appointed by the contracting officer to administer the contract.� Such appointment shall be in writing and shall state the scope of authority and limitations.� This individual has authority to provide technical direction to the contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications.� This individual does not have authority to change the terms and conditions of the contract. 2.1.5. DEFECTIVE SERVICE.� A service output that does not meet the standard of performance associated with the performance work statement. 2.1.6. DELIVERABLE.� Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.7. Government-Furnished Property (GFP) or Government Property (GP).� Property in the possession of, or directly acquired by, the government and subsequently made available to the contractor. 2.1.8. KEY PERSONNEL.� Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the key personnel listed in the PWS.� When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.9. PHYSICAL SECURITY.� Actions that prevent the loss or damage of government property. 2.1.10. QUALITY ASSURANCE.� The government procedures to verify that services being performed by the contractor are acceptable in accordance with established standards and requirements of this contract. 2.1.11. QUALITY ASSURANCE SPECIALIST.� An official government representative concerned with matters pertaining to the contract administration process and quality assurance/quality control. Acts as technical advisor to the contracting officer in these areas. 2.1.12. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP).� An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.� 2.1.13. QUALITY CONTROL.� All necessary measures taken by the contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.14. SUBCONTRACTOR.� One that enters into a contract with a prime contractor.� The government does not have privity of contract with the subcontractor. 2.1.15. WORK DAY.� The number of hours per day the contractor provides services in accordance with the contract. 2.1.16. WORK WEEK.� Monday through Friday, except for federal holidays unless specified otherwise. 2.2. ACRONYMS:� AR����������������������������������������� Army Regulation COR�������������������������������������� Contracting Officer Representative CTIP������������������������������������� Combating Trafficking in Persons KO����������������������������������������� Contracting Officer PIPO�������������������������������������� Phase In/Phase Out QASP������������������������������������ Quality Assurance Surveillance Plan SAM� ������������������������������������ System for Award Management SOW�������������������������������������� Statement of Work ��������������������������������������������������������� �������������� PART 3 ���������������� GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.� GOVERNMENT FURNISHED ITEMS AND SERVICES:� 3.1. Services:� The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract. 3.2. Services: The government will provide table top or a clean usable work surface for the Service Technician to perform any repairs or maintenance. 3.3 Facilities: The government will provide a clean and assessable building space to allow for maintenance and servicing. Building will have adequate lighting, restroom facilities, heat and or air conditioning and land line phone for use in an emergency. Area will include access to electrical outlets for contractor to use their equipment and or computers. 3.4 Utilities:� The contractor shall instruct employees in utilities conservation practices.� The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. The contractor (to include subcontractors) shall instruct employees in utilities conservation practices.� . ��������������������������������������������������������������������������� PART 4 ����������������������������������� CONTRACTOR FURNISHED ITEMS AND SERVICES 4.� CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:� 4.1� General� The contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Equipment The contractor shall provide and use only their own and equipment. ����������������������������������������������������������������������� PART 5 ������������������������������������������������������������� SPECIFIC TASKS 5.1 BASIC SERVICES.� The contractor shall provide services for the inspection, service and repair of automatic defibrillators. 5.2. SERVICES. The Services provided under this Agreement are set forth as such. A. Return service calls within two (2) hours and to resolve service issues within twenty-four (24) hours. B. Following Served Equipment is properly calibrated, mechanical operations are checked and adjusted, if necessary, and output measurements are verified to function properly. Electrical safety checks are also performed in accordance with National Fire Protection Association (NFPA) guidelines. Preventative Maintenance and Inspection Only Service are subject to Exclusions. C. ""Comprehensive Service"" or ""Repair & Inspect Service"" means repairs, Battery Replacement Service, parts and labor necessary to restore Covered Equipment to original specifications, and inspections to verify proper device calibration, mechanical operations and output measurements, electrical safety check in accordance with NFPA guidelines, and Updates (as set forth below), subject to Exclusions. D. ""Battery Replacement Service"" means replacement of batteries on a one-for-one, like-for-like basis, up to the number of batteries and/or devices listed in Schedule A. Only batteries manufactured or distributed by are eligible for replacement. Battery replacement is available upon Customer notification of the occurrence of: (i) battery failure as determined by Customer's performance testing and evaluation in accordance with the applicable Operating Instructions; or (ii) as recommended in the applicable device's Operating Instructions. At the discretion of, battery replacement shall be effected by shipment to Customer and replacement by Customer, or by on-site delivery and replacement by a Service Technician. Upon Customer's receipt of a replacement battery, the battery being replaced shall become the property of, and Customer must return the battery being replaced for proper disposal. In the event that does not receive the battery being replaced, will invoice Customer the then-current rate for the replacement battery. E. ""On-Site Service"" means that a factory-trained technician will provide Services at Customer's location. Services will be performed between 8:00am and 5:00pm local time, Monday through Friday, excluding holidays. Customer is to ensure Co...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/717aeac9326d49d99c62ea9b9f779b5e/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN05753795-F 20200813/200811230151 (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 |