SOLICITATION NOTICE
D -- Docuware Software and Hardware Maintenance/Support Renewal for a Base Year and Four Years at Letterkenny Army Depot.
- Notice Date
- 5/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
- ZIP Code
- 17201-4152
- Solicitation Number
- W911N2120113
- Response Due
- 5/24/2012
- Archive Date
- 7/23/2012
- Point of Contact
- ALLEMAN TRUDY, 717-267-5874
- E-Mail Address
-
ACC-RSA-LEAD - (SPS)
(trudy.o.alleman.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Combined Synopsis/Solicitation Docuware Software and Hardware Maintenance/Support This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W911N2-12-0113 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This solicitation is unrestricted since small business do not directly furnish the item. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price, technically acceptable. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-55. The North American Industry Classification System (NAICS) code is 541519. The Small Business size standard for this code is $25,500,000.00. CLIN 0001 - Docuware Application Support - Provide all operating system Software and Firmware upgrades, IAW Statement of Work. - Quantity - 1 EA CLIN 0002 - Hardware Support and Service - Support and Service for Cannon DR4010C Scanners, IAW Statement of Work. - Quantity - 2 EA CLIN 0003 - Docuware Software License Support - Support/Maintenance for 4 each Docuware Client Licenses. Quantity - 4 EA CLIN 0004 - Docuware Software Server Support - Support/maintenance for 1 Each Docuware Professional Server. Quantity - 1 EA CLIN 0005 - Man Hour Reporting Requirement - Man Hour Reporting Requirement per L16. Quantity - 1 EA CLIN 1001 - Docuware Application Support - Provide all operating system Software and Firmware upgrades, IAW Statement of Work. - Quantity - 1 EA CLIN 1002 - Hardware Support and Service - Support and Service for Cannon DR4010C Scanners, IAW Statement of Work. - Quantity - 2 EA CLIN 1003 - Docuware Software License Support - Support/Maintenance for 4 each Docuware Client Licenses. Quantity - 4 EA CLIN 1004 - Docuware Software Server Support - Support/maintenance for 1 Each Docuware Professional Server. Quantity - 1 EA CLIN 1005 - Man Hour Reporting Requirement - Man Hour Reporting Requirement per L16. Quantity - 1 EA CLIN 2001 - Docuware Application Support - Provide all operating system Software and Firmware upgrades, IAW Statement of Work. - Quantity - 1 EA CLIN 2002 - Hardware Support and Service - Support and Service for Cannon DR4010C Scanners, IAW Statement of Work. - Quantity - 2 EA CLIN 2003 - Docuware Software License Support - Support/Maintenance for 4 each Docuware Client Licenses. Quantity - 4 EA CLIN 2004 - Docuware Software Server Support - Support/maintenance for 1 Each Docuware Professional Server. Quantity - 1 EA CLIN 2005 - Man Hour Reporting Requirement - Man Hour Reporting Requirement per L16. Quantity - 1 EA CLIN 3001 - Docuware Application Support - Provide all operating system Software and Firmware upgrades, IAW Statement of Work. - Quantity - 1 EA CLIN 3002 - Hardware Support and Service - Support and Service for Cannon DR4010C Scanners, IAW Statement of Work. - Quantity - 2 EA CLIN 3003 - Docuware Software License Support - Support/Maintenance for 4 each Docuware Client Licenses. Quantity - 4 EA CLIN 3004 - Docuware Software Server Support - Support/maintenance for 1 Each Docuware Professional Server. Quantity - 1 EA CLIN 3005 - Man Hour Reporting Requirement - Man Hour Reporting Requirement per L16. Quantity - 1 EA CLIN 4001 - Docuware Application Support - Provide all operating system Software and Firmware upgrades, IAW Statement of Work. - Quantity - 1 EA CLIN 4002 - Hardware Support and Service - Support and Service for Cannon DR4010C Scanners, IAW Statement of Work. - Quantity - 2 EA CLIN 4003 - Docuware Software License Support - Support/Maintenance for 4 each Docuware Client Licenses. Quantity - 4 EA CLIN 4004 - Docuware Software Server Support - Support/maintenance for 1 Each Docuware Professional Server. Quantity - 1 EA CLIN 4005 - Man Hour Reporting Requirement - Man Hour Reporting Requirement per L16. Quantity - 1 EA Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this solicitation. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. This requirement is for a Base year and four option years. This is the renewal of Order No. W911N2-11-P-0416. The renewal Period of Performance will be 27 June 2012 through 26 June 2013 for the Base Year, 27 June 2013 through 26 June 2014 for Option Year One, 27 June 2014 through 26 June 2015 for Option Year Two, 27 June 2015 through 26 June 2016 for Option Year Three, 27 June 2016 through 26 June 2017 for Option Year Four. FAR 52.204-7 Central Contractor Registration (APR 2008); FAR 52.204-9 Personal Identity Vertification of Contractor Personnel (Jan 2011) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); FAR 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2008); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (APR 2011); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (MAR 2011); FAR 52.219-1 Small Business Representations (APR 2011); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-22 Previous Contracts And Compliance Reports (FEB 1999); FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); FAR 52.225-1 Buy American Act - Supplies (FEB 2009); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.247-34 F.O.B Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); FAR 52.252-2 Clauses incorporated by reference (FEB 1998); FAR 52.252-5 Authorized Deviations In Provisions (APR 1984); FAR 52.252-6 Authorized Deviations In Clauses (APR 1984); DFARS 252.212-7001 (Dev) Contract Terms and Conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial Items (MAR 2011); DFARS 252.225-7000 Buy American Act and Balance of Payments Program (OCT 2011) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011) DFARS 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008)(10 U.S.C.); DFARS 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.243-7001 Pricing Of Contract Modifications (Dec 1991); DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea (May 2002) L16CONTRACTOR MANPOWER REPORTING REQUIREMENT "The office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site to capture all direct labor hours and direct labor dollars incurred by prime contractors and subcontractors required for performance of this contract. The prime contractor is required to provide the information addressed in the contractor user guide at the following web address: "https://contractormanpower.army.pentagon.mil." The required information includes Contract Number, Delivery or Task Order Number (if applicable), Direct Labor Hours, Direct Labor Dollars, Country, State, Zip Code, City or Installation of Service, Total Obligated Dollars, Total Invoiced Amount, Contractor Company Name, Contractor Point of Contact First and Last Name, Phone Number and Email Address. The Contractor agrees to include, and require inclusion of, this term in sub-contracts at any tier under this Contract (except to vendors providing goods and no services other than incidental services). NOTE: Subcontractors will not enter any contract level information, only location data to include direct labor hours, direct labor dollars and location where provided. While the Contracting Officer's Representative (COR) will normally establish the contract record at the above web address, the prime contractor may establish the record. UNIT IDENTIFICATION CODES WHICH APPLY TO LETTERKENNY ARMY DEPOT ARE AS FOLLOWS: W0H91Q Field Office IMMC W0L6AA USA Depot Letterkenny W39Z02 OSC LEAD Munitions W459AA USA TMDE L-19 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (October 2010) All requests for payment shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). Payment requests include receiving reports, invoice and vouchers. Hardcopy submission of receiving reports and invoices will no longer be accepted. The contractor shall ensure an Electronic Business point of contact is designated in the Central Contractor Registration at http://www.ccr.gov and register to use WAWF at https://wawf.eb.mil. Vendor training is available at http://www.wawftraining.com. Additional support can be obtained by calling the Army WAWF helpdesk at 1-877-232-9293 or http://www.dfas.mil/contractorpay/electroniccommerce/wawfvendortools.html. Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, company invoices and reports, etc.) can be included and attached to the submission via WAWF. Attachments created in any Microsoft Office product or Adobe Acrobat are attachable. Total limit for the size of files per invoice is 5 megabytes (MB). Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) at 1-800-756-4571. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. Types of WAWF Documents: _____ a. Supplies - The contractor is encouraged to use the Combination Invoice and Receiving Report (COMBO) for submitting invoices for supplies. This eliminates the need to separately process a receiving report and invoice. ______b. Receiving Report Only - If this option is selected, an Invoice Only Document must be submitted after Acceptance has occurred. __X___ c. Services (Firm Fixed Price) - Select "Invoice as 2-in-1" for firm fixed price services. _____ d. Services (Cost Type ) - Select Cost Voucher ( T&M-LH-Cost) _____ e. Commercial Item Financing _____ f. Construction Invoice _____ g. Invoice Only _____ h. Performance Based Payment _____ i. Progress Payment The following codes will be required to route your receiving reports, invoices and vouchers correctly through WAWF: Contract #: Delivery Order Number: CAGE Code: Pay Office DoDAAC: HQ0303 Issue by DoDAAC:W911N2 Admin DoDAAC:W911N2 Acceptor DoDAAC: W800AF Contracting Officer:Major Andres Ramirez ;andres.r.ramirez.mil@mail.mil Send Additional Email Notifications. After submitting a document in WAWF, the contractor will be prompted to send additional e-mail notifications. Additional e-mails are to be sent to the following: (Specific Contract Specialist and COR/Technical Monitor e-mail address): Contract Specialist, Trudy AllemanTrudy.o.alleman.civ@mail.mil Government Acceptor: 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days of Contract expiration. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days' provided that the Government gives the Contractor a preliminary notice does not commit the Government to an extension. (b)If the Government exercises this option, the extended contract shall be considered to include this option clause. (c)The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. NOTES: 1. Central Contractor Registration (CCR): In accordance with FAR 4.1102, Offerors must be registered in the Central Contractor Registration (CCR) database in order to be eligible for contract award. No award will be made to an Offeror not registered. Registration can be accomplished at http://www.ccr.gov. Registration in this database must be kept current. 2.Online Representations and Certifications Application Registration (ORCA): In accordance with FAR 4.1201, Offerors shall complete electronic annual representations and certifications in the Online Representations and Certifications Application (ORCA) database at https://www.acquisition.gov in conjunction with the required registration in the CCR database. Registration in this database must be kept current. 3.Questions regarding this solicitation shall be directed to the Contract Specialist, Trudy Alleman via email at trudy.o.alleman.civ@mail.mil at least 10 calendar days prior to the closing date. Questions submitted after this time will be answered at the discretion of the Contracting Officer. The Contracting Officer for this action is Major Andres Ramirez email address: andres.r.ramirez.mil@mail.mil. 4.Award without Discussions: The Government intends to award without discussions; therefore, Offerors should submit their best prices in their initial offer. If FAR Provision 52.212-2, Evaluation-Commercial Items, is included, Offerors must submit all information requested therein in order for the Government to determine technical acceptability. 5. Proposals: Proposals shall be signed by an authorized individual in accordance with FAR 4.102, Contractor's Signature. Failure to comply may cause your proposal to be rejected. Offerors should mark each page of their proposal as "Proprietary Information" if they want it treated as Proprietary Information under the Procurement Integrity Act. 6. Amendments: Offerors shall submit to the Contracting Officer signed copies of all amendments issued to this solicitation. Failure to comply may cause your proposal to be rejected. 7.Payment: Payment for this action will be made by Electronic Funds Transfer (EFT) through the Defense Finance and Accounting Services (DFAS) utilizing Wide Area Work Flow (WAWF). See Clause L.19 for more information and training. 8.Type of Contract: This contract will be a firm fixed price contract with a Base Year and Four Option Years. Facsimile and email offers will be accepted. Point of contact for this solicitation is Trudy Alleman, 717-267-5874, FAX: 717-267-9834, e-mail trudy.o.alleman.civ@mail.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). Please refer to clause L19 for WAWF information and training. Response Time- Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 11:00 a.m. Eastern Daylight Time on 24 May 2012. All quotes must be marked with PERFORMANCE WORK STATEMENT (PWS) FOR Docuware Hardware and Software Maintenance For the Directorate of Information Management (DOIM) At Letterkenny Army Depot (LEAD) 1.0 General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform Docuware Hardware and Software Maintenance as defined in this PWS, except as specified in Section 3.0 as Government Furnished Property or Services. The contractor shall perform to the standards in this contract. 1.2 Background: This contract is for the annual maintenance of existing Government owned Docuware Hardware and Software. The service response time shall be within four hours of service request, 7:00 to 3:30 Monday through Friday excluding holidays, scheduled by the Contracting Officers Representative or authorized government representative. Service requests shall be made by the customer through the company's web site or telephone. 1.3 Period of Performance (POP): The Period of Performance shall be one (1) Base Year of 12 months and four option years. The Period of Performance reads as follows: 1.3.1 Base Year: 2012 to 2013 1.3.2 Option Year One: 2013 to 2014 1.3.3 Option Year Two: 2014 to 2015 1.3.4 Option Year Two: 2015 to 2016 1.3.5 Option Year Two: 2016 to 2017 1.4 General Information: 1.4.1 Recognized Holidays: The following are recognized US holidays. The contractor shall perform services on these days when required: 1.4.1.1 New Year's Day: January 1st 1.4.1.2 Martin Luther King, Jr.,s Birthday: January 1.4.1.3 President's Day: February 1.4.1.4 Memorial Day: May 1.4.1.5 Independence Day: July 4th 1.4.1.6 Labor Day: September 1.4.1.7 Columbus Day: October 1.4.1.8 Veteran's Day: November 11th 1.4.1.9 Thanksgiving Day: November 1.4.1.10 Christmas Day: December 25th 1.4.2 Place and Performance of Services: The contractor shall provide services 7:00 to 3:30, Monday through Friday excluding holidays, except when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. 1.4.3 Security Requirements: There are no special security requirements. All service technicians will follow the LEAD DOIM Visitor Policy. 1.4.3.1 Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.4.4 Conservation of Utilities: The contractor shall instruct employees in utilizes conservation practices. The contractor shall operate under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount. 1.4.5 Special Qualifications: The Contractor shall have experience in the evaluation, repair and test of the Adobe Professional Software. 1.4.6 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the Contracting Officer in accordance with Federal Acquisition Regulations Subpart 42.5 the Contracting Officer, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor's performance. At these meetings, the Contacting Officer will apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.4.7 Contract Manager (CM): The contactor shall provide a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the Contracting Officer. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.4.8 Identification of Contractor Employees: All contact 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. The contractor shall also ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. 2.0 Definitions and Acronyms: 2.1 Performance Work Statement (PWS): The PWS is the description of what the Government intends to buy, regardless of the outcome of the cost comparison. The PWS is a method for identifying what we require and for the contractor to tell us how they will meet those requirements. The Government's Most Efficient Organization (MEO) and related costs and contractor technical and cost proposals are all based on the PWS. 2.2 Contracting Officer's Representative (COR): A representative from the requiring activity appointed by the Contracting Officer to perform surveillance and to act as liaison to the contractor. 2.3 Defective Service: A service output that does not meet the standard of performance associated within the PWS. 2.4 Quality Assurance Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contactor performance. 2.5 Quality Control (QC): Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. 2.6 Quality Assurance (QA): Those actions taken by the Government to assure services meet the requirements of the PWS. 3.0 Government Furnished Property, Equipment and Services: 3.1 General: The Government will provide the facilities, equipment, materials, utilities and/or services listed below: 3.1.1 Facilities: The Government will furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS. 3.1.2 Equipment: None 3.1.3 Materials: None 3.1.4 Services: None 3.1.5 Utilities: All utilities in the facility will be available for the contactor's use in the performance of duties outlined in this PWS. 4.0 Contractor Furnished Property, Equipment and Services: 4.1 General: The Contractor will provide the equipment, materials, utilities and/or services listed below. 4.1.1 Equipment: All equipment necessary to perform preventive and corrective maintenance including upgrades, updates and patching to the software. 4.1.2 Materials: All material necessary to perform preventive and corrective maintenance including upgrade, updates and patching to the software. 4.1.3 Services: Except for those items specifically stated to be Government-Furnished in Section 3.0 above, the contractor shall furnish everything required to perform these services. 4.1.3.1 Respond to service call within four hours 4.1.3.2 Overnight shipping of all updates and patches 5.0 Requirements: The contractor shall: 5.1.1 Respond to service calls within four hours to evaluate or repair the Software 5.1.2 Provide product license, upgrades and updates when available 5.1.3 Provide license management though the USB Dongle, CD/DVD media or download from company website 5.1.4 Provide application support for the operating system software and firmware to include upgrades 5.1.5 Provide hardware support for the Canon DR4010C scanners 5.1.6 Provide a service memo stating what was done to repair the equipment or software 5.2 Contractor Manpower Reporting (CMR): The contractor shall enter the required information into https://cmra.army.mil in accordance with Secretary of the Army Memorandum: Accounting for Contract Services dated 7 Jan 2005. TECHNICAL EXHIBIT 1 Performance Requirements Summary This Performance Requirements Summary includes performance standards. The Government will use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). PWS ParagraphPerformance ObjectiveStandardPerformance Threshold (Minimum Acceptable Level (AQL))Method of Surveillance / Performed By 5.1.1Respond to Service Calls Within 4 hours100%Customer Feedback 5.1.2Provide product license, upgrades and updatesWhen Available100%Customer Feedback 5.1.3Provide License ManagementLife of Contract100%Customer Feedback 5.1.4Provide Service MemoWithin 5 working days100%Customer Feedback TECHNICAL EXHIBIT 2 Deliverables Schedule DeliverableFrequencyNumber of CopiesMedium/FormatSubmit To 5.3.3 - CMRAAnnuallyN/AElectronic Submission https://cmra.army.mil FQ number and title.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2e7eb6a7509ed3fc2ea96074b4ffc771)
- Place of Performance
- Address: ACC-RSA-LEAD - (SPS) ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
- Zip Code: 17201-4152
- Zip Code: 17201-4152
- Record
- SN02744403-W 20120512/120510235047-2e7eb6a7509ed3fc2ea96074b4ffc771 (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 |