Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2024 SAM #8107
SOLICITATION NOTICE

J -- Full Service maintenance agreement on GE Treadmill

Notice Date
2/5/2024 11:29:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
IHS1487295
 
Response Due
2/7/2024 2:30:00 PM
 
Archive Date
02/22/2024
 
Point of Contact
Misti Bussell, Phone: 9183426235
 
E-Mail Address
misti.bussell@ihs.gov
(misti.bussell@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) #IHS1487295.��Submit only written quotes for this RFQ. This solicitation is 100% Small Business Set-Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06.� The associated NAICS code is 811210. This RFQ contains FIVE �(5) Line Items: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 03/01/2024 � 02/28/2025 � BASE YEAR � The contractor shall provide full service maintenance agreement according to the attached Statement of Work. 12 each 0002 03/01/2025 � 02/28/2026 � OPTION YEAR ONE � The contractor shall provide full service maintenance agreement according to the attached Statement of Work. 12 each 0003 03/01/2026 � 02/28/2027 � OPTION YEAR TWO � The contractor shall provive full service maintenance agreement according to the attached Statement of Work. 12 each 0004 03/01/2027 � 02/28/2028 � OPTION YEAR THREE � The contractor shall provide full service maintenance agreement according to the attached Statement of Work. 12 each 0005 03/01/2028 � 02/28/2029 � OPTION YEAR FOUR � The contractor shall provide full service maintenance agreement according to the attached Statement of Work. 12 each PERIOD OF PERFORMANCE: (Base Period); 03/01/2024 � 02/28/2025 �Year 2 of a 4 year agreement� 03/01/2025 � 02/28/2026 �Year 3 of a 4 year agreement �03/01/2026 � 02/28/2027 �Year 4 of a 4 year agreement �03/01/2027 � 02/28/2028 �Year 5 of a 5 year agreement� 03/01/2028 � 02/28/2029 Vendor Requirements: VENDOR MUST BE REGISTERED THROUGH SAM.GOV. �Full Service Preventative Maintenance for GE Treadmill with Accessories 1. PURPOSE OF THE PROJECT The Claremore Indian Hospital (CIH), Indian Health Services (IHS) has a requirement for a manufacturer- approved and qualified contractor to provide Preventative Maintenance, software upgrades when available from the manufacturer, and emergency repair service for GE manufactured treadmill (1) with accessories (2) for providing patient care at the USPHS Indian Hospital in Claremore, Oklahoma. These services are required by the Centers for Medicare & Medicaid Services (CMS) and by The Joint Commission to provide properly working critical care medical equipment to patients. 2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS The contractor shall provide all supplies, personnel, equipment, tools, materials, original parts and other items or services necessary for annual preventative maintenance, software upgrades, and unscheduled repair of the listed devices pertaining to manufacture specification and/or regulations related to Life support systems and equipment. Contractors shall perform preventative maintenance annually within the period of performance +/- 30 days from the date of the last annul preventative maintenance in order to comply with The Joint Commission, Environment of Care Standards pertaining to medical equipment preventative maintenance schedules. Contractor shall document service/repairs in a service report. The criteria used in the preventive maintenance inspections shall be performed according to manufacturer guidelines. Copies of the results, upgrades, scheduled preventive maintenance inspections & documentation of all repairs shall be given to the biomedical technician AND to the Project Officers for documentation purposes and as work completed per contracted agreement. Contractor shall promptly provide the Project Officer and End of Product Support notifications or safety recalls. 1. GE manufactured medical equipment Full Service agreement: Manufacturer Model Serial # GE T2100 Treadmill GEDC-0311 CAM 14 � patient connection module box to treadmill computer SK917350158PA Case V6.7 � treadmill computer SPZ17420001SA Sun Tech Tango 2130 3. M00079532 � � 3. PERIOD OF PERFORMANCE The services requested are for the standard coverage period and normal response time coverage beginning with a base year plus four option years. Base Year: March 1, 2024 thru February 28, 2025 Option Year 1: March 1, 2025 thru February 28, 2026 Option Year 2: March 1, 2026 thru February 28, 2027 Option Year 3: March 1, 2027 thru February 29, 2028 Option Year 4: March 1, 2028 thru February 28, 2029 4. LEVEL OF EFFORT 4.1. The contractor shall perform all services during normal business hours of 7:45 am to 4:30 pm, Monday through Friday, excluding holidays. Prior to providing any requested or scheduled preventive maintenance on the equipment, the service representative shall inform the Department Supervisor, Timothy Murray at (918) 342-6490, or Biomedical Technician, Lewis Hudson or David Buzzard at (918) 342-6690. Contractor shall sign the Facilities maintenance logbook prior to performing any maintenance duties. 4.2. The contractor shall provide any applicable certificate of insurance, licenses, or certifications of service technicians for providing manufacturer approved service work at the hospital or on off-site premises. 4.3. Training: N/A 5. SPECIAL REQUIREMENTS 5.1. In accordance with HHSAR 304.1300(b) non-routine contractor employees shall comply with OPDIV DHHS/SE Region � Human Resources, Security Clearance Guidance � Visitors (3/29/12) policy for contract performance period. Contractor employees will be required to obtain a visitor�s pass upon arrival for services from Facilities Management. - (Security Clearance for on-site human services) 5.2. The US PHS Claremore Indian Hospital is a tobacco/smoke free environment (buildings and grounds). No tobacco/smoking use will be tolerated during service. 5.3. Security Requirements: Contractor personnel will be required to contact the government designated point of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall be responsible for the security of all organizational information. Current rules and regulations applicable to the premises, where the work shall be performed shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, escort by Claremore Indian Hospital official, presenting valid identification, smoking restriction and any safety procedures. 5.4. The contractor shall not disclose or cause to disseminate any information concerning operations of Claremore Indian Hospital. Such action(s) could result in violation of the contract and possible legal actions. 5.4.1. All inquiries, comments, or complaints arising from any matter observed, experienced or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the government�s designated representative. 6. DELIVERABLES AND REPORTING REQUIREMENTS 6.1. Delivery: The contractor will coordinate the delivery, installation and training date with the designated government employee. The government will provide the contractor with dock access and building access for this sole purpose. The designated government employee will work with the pertinent government agency(ies) to secure the needed dock access. No deliveries can be made after 4:15pm. Driver needs a valid ID. 6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the government�s designated representative for coordination of supplies, delivery, and/or maintenance. The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of this contract. 6.3. Contractor�s Phone Numbers: The contractor shall provide a toll-free telephone number for service calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday. 6.4. Personnel Qualifications: List as applicable to your contract 7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES 7.1. The Government shall provide a safe, full and free access to the equipment to perform the maintenance service. 8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES 8.1. Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel, materials, supplies and equipment required to perform work under the contract, to include but not limited to: 9.CHANGES TO THE STATEMENT OF WORK (SOW) Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Submit Quotes no later than: February 7, 2024 at 4:30pm CST� to the Following Point of Contact: Misti Bussell� at ��Email: misti.bussell@ihs.gov Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price 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: Lowest Price Technically Acceptable - Offers shall be an authorized GE representative or reseller. Vendor shall only use GE manufactured parts for maintenance and servicing. VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED. This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is all inclusive.� PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): �FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;� 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act � Price Adjustment.��The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (misti.bussell@ihs.gov)� Mail quotations to Claremore Indian Hospital, Attn: Misti Bussell, 101 S Moore Ave, Claremore, OK 74017 All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) #IHS1487295.��Submit only written quotes for this RFQ. This solicitation is 100% Buy Indian Set-Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06.� The associated NAICS code is 811210. This RFQ contains FIVE �(5) Line Items: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 03/01/2024 � 02/28/2025 � BASE YEAR � The contractor shall provide full service maintenance agreement according to the attached Statement of Work. 12 each 0002 03/01/2025 � 02/28/2026 � OPTION YEAR ONE � The contractor shall provide full service maintenance agreement according to the attached Statement of Work. 12 each 0003 03/01/2026 � 02/28/2027 � OPTION YEAR TWO � The contractor shall provive full service maintenance agreement according to the attached Statement of Work. 12 each 0004 03/01/2027 � 02/28/2028 � OPTION YEAR THREE � The contractor shall provide full service maintenance agreement according to the attached Statement of Work. 12 each 0005 03/01/2028 � 02/28/2029 � OPTION YEAR FOUR � The contractor shall provide full service maintenance agreement according to the attached Statement of Work. 12 each PERIOD OF PERFORMANCE: (Base Period); 03/01/2024 � 02/28/2025 �Year 2 of a 4 year agreement� 03/01/2025 � 02/28/2026 �Year 3 of a 4 year agreement �03/01/2026 � 02/28/2027 �Year 4 of a 4 year agreement �03/01/2027 � 02/28/2028 �Year 5 of a 5 year agreement� 03/01/2028 � 02/28/2029 Vendor Requirements: VENDOR MUST BE REGISTERED THROUGH SAM.GOV. �Full Service Preventative Maintenance for GE Treadmill with Accessories 1. PURPOSE OF THE PROJECT The Claremore Indian Hospital (CIH), Indian Health Services (IHS) has a requirement for a manufacturer- approved and qualified contractor to provide Preventative Maintenance, software upgrades when available from the manufacturer, and emergency repair service for GE manufactured treadmill (1) with accessories (2) for providing patient care at the USPHS Indian Hospital in Claremore, Oklahoma. These services are required by the Centers for Medicare & Medicaid Services (CMS) and by The Joint Commission to provide properly working critical care medical equipment to patients. 2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS The contractor shall provide all supplies, personnel, equipment, tools, materials, original parts and other items or services necessary for annual preventative maintenance, software upgrades, and unscheduled repair of the listed devices pertaining to manufacture specification and/or regulations related to Life support systems and equipment. Contractors shall perform preventative maintenance annually within the period of performance +/- 30 days from the date of the last annul preventative maintenance in order to comply with The Joint Commission, Environment of Care Standards pertaining to medical equipment preventative maintenance schedules. Contractor shall document service/repairs in a service report. The criteria used in the preventive maintenance inspections shall be performed according to manufacturer guidelines. Copies of the results, upgrades, scheduled preventive maintenance inspections & documentation of all repairs shall be given to the biomedical technician AND to the Project Officers for documentation purposes and as work completed per contracted agreement. Contractor shall promptly provide the Project Officer and End of Product Support notifications or safety recalls. 1. GE manufactured medical equipment Full Service agreement: Manufacturer Model Serial # GE T2100 Treadmill GEDC-0311 CAM 14 � patient connection module box to treadmill computer SK917350158PA Case V6.7 � treadmill computer SPZ17420001SA Sun Tech Tango 2130 3. M00079532 � � 3. PERIOD OF PERFORMANCE The services requested are for the standard coverage period and normal response time coverage beginning with a base year plus four option years. Base Year: March 1, 2024 thru February 28, 2025 Option Year 1: March 1, 2025 thru February 28, 2026 Option Year 2: March 1, 2026 thru February 28, 2027 Option Year 3: March 1, 2027 thru February 29, 2028 Option Year 4: March 1, 2028 thru February 28, 2029 4. LEVEL OF EFFORT 4.1. The contractor shall perform all services during normal business hours of 7:45 am to 4:30 pm, Monday through Friday, excluding holidays. Prior to providing any requested or scheduled preventive maintenance on the equipment, the service representative shall inform the Department Supervisor, Timothy Murray at (918) 342-6490, or Biomedical Technician, Lewis Hudson or David Buzzard at (918) 342-6690. Contractor shall sign the Facilities maintenance logbook prior to performing any maintenance duties. 4.2. The contractor shall provide any applicable certificate of insurance, licenses, or certifications of service technicians for providing manufacturer approved service work at the hospital or on off-site premises. 4.3. Training: N/A 5. SPECIAL REQUIREMENTS 5.1. In accordance with HHSAR 304.1300(b) non-routine contractor employees shall comply with OPDIV DHHS/SE Region � Human Resources, Security Clearance Guidance � Visitors (3/29/12) policy for contract performance period. Contractor employees will be required to obtain a visitor�s pass upon arrival for services from Facilities Management. - (Security Clearance for on-site human services) 5.2. The US PHS Claremore Indian Hospital is a tobacco/smoke free environment (buildings and grounds). No tobacco/smoking use will be tolerated during service. 5.3. Security Requirements: Contractor personnel will be required to contact the government designated point of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall be responsible for the security of all organizational information. Current rules and regulations applicable to the premises, where the work shall be performed shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, escort by Claremore Indian Hospital official, presenting valid identification, smoking restriction and any safety procedures. 5.4. The contractor shall not disclose or cause to disseminate any information concerning operations of Claremore Indian Hospital. Such action(s) could result in violation of the contract and possible legal actions. 5.4.1. All inquiries, comments, or complaints arising from any matter observed, experienced or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the government�s designated representative. 6. DELIVERABLES AND REPORTING REQUIREMENTS 6.1. Delivery: The contractor will coordinate the delivery, installation and training date with the designated government employee. The government will provide the contractor with dock access and building access for this sole purpose. The designated government employee will work with the pertinent government agency(ies) to secure the needed dock access. No deliveries can be made after 4:15pm. Driver needs a valid ID. 6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the government�s designated representative for coordination of supplies, delivery, and/or maintenance. The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of this contract. 6.3. Contractor�s Phone Numbers: The contractor shall provide a toll-free telephone number for service calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday. 6.4. Personnel Qualifications: List as applicable to your contract 7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES 7.1. The Government shall provide a safe, full and free access to the equipment to perform the maintenance service. 8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES 8.1. Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel, materials, supplies and equipment required to perform work under the contract, to include but not limited to: 9.CHANGES TO THE STATEMENT OF WORK (SOW) Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Submit Quotes no later than: January 24, 2024 at 4:30pm CST� to the Following Point of Contact: Misti Bussell� at ��Email: misti.bussell@ihs.gov Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price 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: Lowest Price Technically Acceptable - Offers shall be an authorized GE representative or reseller. Vendor shall only use GE manufactured parts for maintenance and servicing. VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED. This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is all inclusive.� PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): �FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;� 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act � Price Adjustment.��The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (misti.bussell@ihs.gov)� Mail quotations to Claremore Indian Hospital, Attn: Misti Bussell, 101 S Moore Ave, Claremore, OK 74017 All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote. For additional information, please contact the Purchasing Agent, Misti Bussell, misti.bussell@ihs.gov or (918) 342-6235. For additional information, please contact the Purchasing Agent, Misti Bussell, misti.bussell@ihs.gov or (918) 342-6235.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3efba260922b40beaf125abfe4ea4b63/view)
 
Place of Performance
Address: Claremore, OK 74017, USA
Zip Code: 74017
Country: USA
 
Record
SN06954775-F 20240207/240205230038 (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.