Rhode Island Bids > Bid Detail

UH-60 Phase Maintenance Stand

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159847516362909
Posted Date: Jun 20, 2023
Due Date: Jul 20, 2023
Solicitation No: W912LD-23-Q-0011
Source: https://sam.gov/opp/ee403560b9...
Follow
UH-60 Phase Maintenance Stand
Active
Contract Opportunity
Notice ID
W912LD-23-Q-0011
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NY USPFO ACTIVITY RI ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 20, 2023 01:53 pm EDT
  • Original Date Offers Due: Jul 20, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5440 - SCAFFOLDING EQUIPMENT AND CONCRETE FORMS
  • NAICS Code:
    • 332312 - Fabricated Structural Metal Manufacturing
  • Place of Performance:
    East Greenwich , RI 02818
    USA
Description

The combined synopsis is attached with the solicitation under Attachments/Links of this posting.



The combined synopsis is issued as a Request for Quotation (RFQ) under solicitation number: W912LD-23-Q-0011.



This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 (02 June 2023).



Small Business Set-Aside: 100%; Applicable Size Standard is 500



NAICS Code: 332312



Product or Service Code (PSC): 5440



Posting Date: 20 June 2023



Response Date: 20 July 2023 by 5:00PM EST



Contracting Office: USPFO RI Purchasing & Contracting



2841 S. County Trail Bldg. 235



East Greenwich, RI 02818-1728



Government Points of Contact: Contracting Officer: William Henry / william.j.henry1.civ@army.mil and Contract Specialist: Ryan Lawton / ryan.s.lawton.civ@army.mil



Line item number(s) and items, quantities, and units of measure: See attached solicitation document.



Description of requirements for the supplies/services to be acquired: See attached solicitation document.



Date(s) and place(s) of delivery and acceptance and FOB point: See attached solicitation document.



Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and addendum applies to this acquisition.



Offerors shall include a completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services with its quote.



FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to this acquisition.



FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. See clause in attached solicitation document for list of additional applicable clauses.



Additional contract provisions and clauses are applicable and included in the attached solicitation document.



Defense Priorities and Allocations Systems (DPAS) Rating: Not rated.





QUOTE SUBMISSION INSTRUCTIONS



Submission Due Date. The offeror must ensure its quote, in its entirety, reaches the required destination before the date and time set for closing of the solicitation. The submission due date for this solicitation is 20 July 2023 at 5:00PM EST.



Late Proposals. The lateness rules for submitted quotes are outlined in FAR 52.212-1 "Instructions to Offerors-Commercial Products and Commercial Services," and are incorporated into this solicitation.



Submission. The quote submitted in response to this solicitation shall be formatted as stated below and furnished electronically to the Contracting Officer (KO), William Henry, william.j.henry1.civ@army.mil, and the Contract Specialist (CS), Ryan Lawton, ryan.s.lawton.civ@army.mil. The quote shall only be submitted as described.



Quote Compliance. The Government must have received from the offeror a fully compliant quote. The quote is compliant when it conforms to all of the requirements, terms, and conditions of the solicitation, including the Performance Work Statement (PWS).



Quote Acceptance. The contractor shall make a clear statement in the quote as to the expiration date of the quote and the stated expiration date shall be valid for all proposed subcontractors as well.



FAR 52.212-1(c) is hereby tailored for this solicitation: The contractor shall specify a quote acceptance period in the Quote Summary of not less than 30 days from the date of the solicitation closing. This date may be extended by mutual agreement.



Quote Retention. In accordance with FAR Subpart 4.8, Government Contract Files, the Government will retain one copy of all unsuccessful quotes.



Single Quote Submission. FAR 52.212-1 is hereby tailored to remove subparagraph (e), which does not apply to this solicitation.



Offerors are limited to submitting one quote with one approach to meeting all the requirements of this solicitation.



Quotes that contain alternative terms and conditions will be considered as taking exception to the requirements of the solicitation.



Optional Proprietary and Restrictive Markings



Mark the title page with the following legend:



“This quote includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this quote. If, however, a contract is awarded to this offeror as a result of -- or in connection with -- the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government’s right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [offeror shall insert numbers or other identification of sheets]”



and



Mark each sheet of data it wishes to restrict with the following legend:



“Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this quote.”



QUOTE FORMAT



This section provides guidance to the offeror for preparing a quote in response to the solicitation. The offeror’s quote shall include all data and information required by this solicitation and submitted in accordance with these instructions. Any contract resulting from this effort shall be required to meet United States Government regulations and statutory requirements. In addition, the offeror is expected to ensure compliance with all laws, regulations, standards, and any other constraints specifically identified in the solicitation.



The quote submitted in response to the solicitation shall be formatted as stated below and furnished as stated herein.



The acceptable electronic formats for quotes shall be compatible with MS Office 2013, specifically MS Word and MS Excel; PDF format is acceptable for the Technical quote and price narrative. The price quote must be in MS Excel format.



Minimum type size shall be 12 point Times New Roman standard font with single spacing (not to exceed 46 lines per page). Typesetting, font compression, or other techniques to reduce character size or spacing are not permitted and are considered a deliberate attempt to circumvent the page limitations. Prohibited techniques include setting the paragraph line spacing, a feature of MS Word, “exactly at 12 point.”



All quote volumes shall be labeled with the solicitation number (W912LD-23-Q-0011), as well as the name, address, and telephone number of the Offeror.



All volumes shall be electronic files and not be password protected.



Offerors shall scan all files for computer viruses prior to submission to the Government.



Quotes may not include classified information. All quotes shall be at the UNCLASSIFIED level. Every submission must be properly identified and marked with the proper security classification.





QUOTE CONTENT AND ORGANIZATION



The offeror shall prepare the quote as set forth in Table 1, Quote Organization Table and Table 2, Quote file Name Matrix. The completion and submission to the Government of documents identified in Table 1, Quote Organization Table, shall constitute an offer and shall indicate the offeror’s unconditional consent to the terms and conditions of the solicitation.



The quote shall not contain citations for, or active links to live Internet sites or pages. All linked information shall be contained within the electronic quote. Any linked information that is not contained in the quote will not be accepted.



Each volume shall be written or presented on a standalone basis. Information required for quote evaluation that is not found in its designated volume or presentation will be assumed to have been omitted from the quote and will not be considered.



Pages that exceed the required page limitations set forth in Table 1, Quote Organization Table, will not be evaluated by the Government. A cover page, table of contents, and acronym list shall be included in each volume and will not be included in any applicable page limits.



TABLE 1 QUOTE ORGANIZATION TABLE



VOLUME



SECTION TITLE



COPIES



PAGE LIMIT



1



Cover Letter – Not Evaluated



Quote Summary – Not Evaluated



Organizational Conflict of Interest (OCI) – Not Evaluated



1 – electronic



Unlimited



2



Factor 1: Technical Capability



1 – electronic



X pages





3



Factor 2: Past Performance



1 – electronic



Up to X pages per reference; not to exceed X pages



(Past performance, PWS, and SOWs do not count towards the page limit)



4



Factor 3: Price Quote



1 – electronic



Unlimited



All electronic files must be submitted using the file names in Table 2, Quote File Name matrix, below.





TABLE 2 QUOTE FILE NAME MATRIX



Volume



Volume Name



File Name



Contents



1



Quote Summary



(Offeror Name) – Quote Summary.docx



Offeror’s Quote Summary



2



Technical Capability



(Offeror Name) – Technical Capability.docx



Offeror’s Technical Capability



3



Past Performance



(Offeror Name) – Past Performance.docx



Offeror’s Past Performance



4



Price Quote



(Offeror Name) – Price Narrative.docx



Offeror’s Price Narrative



(Offeror Name) – Price Quote.xlsx



Offeror’s Price Quote Spreadsheet



QUOTE DOCUMENTS



Quotes shall be clear and concise and include sufficient detail for effective evaluation. The offeror shall not simply rephrase or restate the Government’s requirements but shall provide convincing rationale to address how the offeror intends to meet those requirements. The offeror should assume the Government has no prior knowledge of its capabilities and experience. The Government will base its evaluation on the information presented in the offeror’s quote in response to this solicitation, except as stated in the past performance evaluation section.



Quotes shall be structured in accordance with the Contract Line Item Number (CLIN) structure set forth in the solicitation.



QUOTE SUMMARY, Volume 1, shall include:




  • Solicitation No. W912LD-23-Q-0011

  • Date submitted

  • Offeror’s name

  • Offeror’s address, CAGE code, and UEIDs

  • Offeror contact information for quote POC(s)

  • All proposed subcontractor(s) (as applicable)

  • Address, CAGE code, and UEIDs for each proposed subcontractor

  • Quote Acceptance Period

  • OCI Plan or negative affirmation



Signature Actions/offeror Fill-Ins. Offerors shall submit a copy of all completed fill-ins for provisions and clauses requiring contractor provided information, and (if applicable) a signed copy of all amendments to the solicitation. System for Award Management (SAM) certifications need not be separately submitted; however, all offerors must be successfully registered and valid in SAM prior to award.



Where certifications and approved systems are required for an offeror, if the quote is being submitted by a Joint Venture, certifications and approved systems for the principals (partners) of the joint venture will be considered as valid for that offeror providing the necessary documentation from all principals (partners) is provided with the quote.



Joint Venture (JV): To be recognized as a JV and eligible for award, the membership arrangements of the JV must be identified, and the company relationships fully disclosed in the offeror's quote IAW FAR 9.603. A copy of the agreement establishing the JV must contain the signatures of all of the members comprising the JV.



Statement of Acknowledgement. Any exceptions taken to the attachments, exhibits, enclosures, or other solicitation terms, conditions, or documents may be grounds for the Contracting Officer to reject the quote from further consideration in the source selection process.



Assumptions. The offeror shall consolidate and identify all offeror's generated "assumptions" contained anywhere in the quote. Also, the offeror shall include a statement that none of the "assumptions" contradict or take exception to any terms, conditions, or requirements of the solicitation. Any exceptions taken to the attachments, exhibits, enclosures, or other solicitation terms, conditions, or documents may be grounds for the KO to reject the quote from further consideration in the source selection process.



TECHNICAL CAPABILITY, Volume 2, shall include:



The Technical Capability section of the quote shall present relevant information articulating the offeror’s proposed approach to meeting the PWS requirements. This section shall clearly demonstrate the offeror’s understanding by providing a clear description of the proposed approach to performing the work. The offeror’s description should include a clear description of all processes and procedures employed. Offerors shall provide relevant experience (for this purpose, experience refers to what an offeror has done, not how well it was accomplished) in performing proposed processes and procedures. This section shall not include any pricing data. The offeror’s quote information will be evaluated to assess the risk that the offeror will timely meet contract requirements.



PAST PERFORMANCE, Volume 3, shall include:



The offeror shall submit information for a total of up to three years (no more than 5) of recent contract past performance references that were performed by the offeror as the prime contractor, which the offeror considers to have relevance. These may include foreign, federal, state, local and private industry contracts.



While the Government may elect to consider data obtained from internal and external sources other than the quote, the burden of providing thorough and complete past performance information remains with the offeror. It is the offeror's responsibility to submit detailed and complete information so the Government may evaluate its Past Performance.



The Government does not assume the duty to search for data to cure problems it finds in quotes.



The below instructions are provided to advise offerors as to the information required by the Government to assess the contractor's Recent and Relevant past performance. Since this information constitutes a basis of the Government's review, it is imperative that the offeror present its past performance in a clear and complete manner.



Failure to provide the information requested below may result in an assessment that the offeror does not possess a record of Recent and Relevant past performance.



Recent contracts are those performed within three years of the date of issuance of this solicitation.



Relevant contracts are those comparable in scope and magnitude of effort and complexity to the PWS requirement(s).



Contract Information: The offeror's quote shall substantiate what distinct effort was required and actually performed under each of the contract(s) included in the quote.



For each Contract(s) submitted, provide the following information:








      • Prime Contractor name and address;

      • Contract Number (and delivery/contract number if applicable);

      • Contract Type;

      • Total Value of the Contract (beginning & ending value);

      • Delivery or Performance Schedule;

      • Contract period of performance;

      • Government or private industry contracting activity address, telephone number and e-mail;

      • Procuring Contracting Officers (PCO) and/or Contract Specialist's name, or point of contact for private industry entity responsible for signing or administering the Contract, telephone number and e-mail;

      • Government (DCMA) or private industry administrative contracting officer (ACO), contracting officers representative (COR), performance certifier, and/or quality assurance representative (QAR), name, telephone number and email;

      • Specify the Government or Contractor Point(s) of Contact for which the Questionnaire was sent, and provide the date(s) it was sent;







Provide a description of the work performed by the offeror, which shall include a narrative describing the similarities between (1) the relevant work performed under the PWS requirements of the offeror's cited contract(s) and (2) the PWS requirements identified in the attached solicitation document. In its narrative, the offeror shall specify the location in the cited contract PWS (to include paragraph and page number) that substantiates the relevant work performed;



Provide a brief self-assessment of contract performance.



Provide a copy of the complete performance work statement (PWS) or statement of work (SOW) for each of the submitted contracts.



If the proposed Contract was issued under or in connection with a related written instrument (e.g. IDIQ, BOA, BPA, FSS) and the details of the distinct effort actually performed needed to establish relevancy on the proposed contract are further defined within the terms and conditions (e.g. statement of work) of that related written instrument, provide that information and any other information necessary to establish this instrument's relationship to the proposed contract. (These documents can be submitted as stand-alone attachments with the quote).



The offeror may also be evaluated based on other internal Government or private source information. The Government may utilize the Contract Performance and Rating System (CPARS) to search for recent and relevant offeror performance and ratings.



The Government will conduct an in-depth evaluation of all recent performance information to determine how closely the products provided/services performed under those contracts relate to the management and technical requirement(s). Consideration will be given to similar service, similar complexity of the effort, breadth and depth of skills, similar contract scope and type, and schedule. In addition, consideration will be given to any quality awards or certifications that indicate the offeror has a high-quality process for developing and producing the products or services required by this acquisition.



The offeror may provide a copy of its most recent CPARS evaluation, if applicable, showing the overall rating(s) for each of the past performance references provided in the quote.





PRICE, Volume 4, shall include:



Price Quote Format.



Electronic spreadsheet files (Workbooks) shall be sent in MS Excel 2013 compatible format, and include all formulas, functions, macros, computations, or equations used to compute the proposed amounts. There can be no cell references to data or files which are not included in the Price Volume. For each Workbook, all Rows, Columns, Cells and Worksheets must be Visible (object.Visible=True). Zero height/Zero width rows/columns in Worksheets are not acceptable. Worksheet cells formatted with the Font color equal to the Fill color are unacceptable. Workbooks or Worksheets shall not be password protected. Print image files or pictures (for example a picture of an Excel spreadsheet embedded in a word document) or files containing only values are not acceptable.



Supporting narrative, including Basis of Estimate (BOE) sheets, shall be provided in files that are MS Excel 2013 or MS Word 2013 compatible. BOEs may not be submitted as pictures. Text or spreadsheets used as supporting rationale within a BOE may not be included as a picture.



Under no circumstances is price information and documentation to be included elsewhere in the quote.



The price proposal/quote shall contain:



The offeror shall submit data substantiating the price proposed to complete the requirements identified in the solicitation. The offeror’s price quote shall contain sufficient factual information to establish that the proposed price is reasonable and complete. The offeror shall submit a narrative BOE to substantiate the price quote.



The offeror shall provide the total price for each CLIN in the solicitation.



In accordance with FAR 13.106-3(a), in addition to the information requested above, the Government reserves the right to request additional or more detailed information to support its evaluation of price reasonableness.





ORGANIZATIONAL CONFLICT OF INTEREST



The provisions of FAR 9.5, OCI, apply to any award under this solicitation. Potential offerors should review their current and planned participation in any other Government contracts, subcontracts, consulting, or teaming arrangements where they may be in a position of actual or perceived bias or unfair competitive advantage. A common example with the potential for OCI is where an entity performs work both as a system contractor/subcontractor and as a Government support contractor for Government offices involved in supporting program efforts or related programs.



All offerors shall make a preliminary disclosure to the PCO, at the time of its quote, of any Organizational Conflict of Interest (OCI) issues it has identified or provide an affirmative statement that the offeror does not have an Organizational Conflict of Interest (OCI) as it applies to this solicitation.



An offeror failing to submit an OCI plan that it is later determined should have been submitted, could cause the quote to be rejected and no longer be considered for award. Offerors shall include in its plan where its employees are located and the total of employees in the location(s).



Offerors should disclose any potential OCI situations to the PCO as soon as identified including prior to quote submission. The disclosure should include the facts and an analysis of the actual or perceived conflict and a recommended approach(s) to neutralize or mitigate the potential conflict. The preferred approach to potential conflicts is to negate/obviate the conflict. Mitigation is considered only if it is not practical to negate/obviate the conflict. The PCO will promptly respond to resolve any potential conflicts.



Award. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





The following clauses are incorporated by reference:



52.204-7



System for Award Management



OCT 2018



52.204-13



System for Award Management Maintenance



OCT 2018



52.204-16



Commercial and Government Entity Code Reporting



AUG 2020



52.204-18



Commercial and Government Entity Code Maintenance



AUG 2020



52.204-21



Basic Safeguarding of Covered Contractor Information Systems



NOV 2021



52.204-22



Alternative Line Item Proposal



JAN 2017



52.204-25



Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



NOV 2021



52.204-26



Covered Telecommunications Equipment or Services--Representation.



OCT 2020



52.209-7



Information Regarding Responsibility Matters



OCT 2018



52.209-10



Prohibition on Contracting With Inverted Domestic Corporations



NOV 2015



52.209-12



Certification Regarding Tax Matters



OCT 2020



52.212-1



Instructions to Offerors--Commercial Products and Commercial Services



MAR 2023



52.212-2



Evaluation - Commercial Items



NOV 2021



52.212-3 (Dev)



Offeror Representations and Certifications - Commercial Products and Commercial Services (Deviation 2023-O0002)



DEC 2022



52.222-20



Contracts for Materials, Supplies, Articles, and Equipment



JUN 2020



52.222-56



Certification Regarding Trafficking in Persons Compliance Plan.



OCT 2020



52.225-25



Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.



JUN 2020



52.232-18



Availability Of Funds



APR 1984



52.232-23



Assignment Of Claims



MAY 2014



52.232-39



Unenforceability of Unauthorized Obligations



JUN 2013



52.233-3



Protest After Award



AUG 1996



52.233-4



Applicable Law for Breach of Contract Claim



OCT 2004



52.243-1



Changes--Fixed Price



AUG 1987



52.246-1



Contractor Inspection Requirements



APR 1984



52.246-16



Responsibility For Supplies



APR 1984



52.247-34



F.O.B. Destination



NOV 1991



52.249-1



Termination For Convenience Of The Government (Fixed Price) (Short Form)



APR 1984



252.203-7000



Requirements Relating to Compensation of Former DoD Officials



SEP 2011



252.203-7002



Requirement to Inform Employees of Whistleblower Rights



DEC 2022



252.203-7005



Representation Relating to Compensation of Former DoD Officials



SEP 2022



252.204-7003



Control Of Government Personnel Work Product



APR 1992



252.204-7006



Billing Instructions



OCT 2005



252.204-7008



Compliance With Safeguarding Covered Defense Information Controls



OCT 2016



252.204-7012



Safeguarding Covered Defense Information and Cyber Incident Reporting



JAN 2023



252.204-7015



Notice of Authorized Disclosure of Information for Litigation Support



JAN 2023



252.204-7016



Covered Defense Telecommunications Equipment or Services -- Representation



DEC 2019



252.204-7017



Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation



MAY 2021



252.204-7018



Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



JAN 2023



252.223-7008



Prohibition of Hexavalent Chromium



JAN 2023



252.225-7001



Buy American And Balance Of Payments Program--Basic



JAN 2023



252.225-7031



Secondary Arab Boycott Of Israel



JUN 2005



252.225-7048



Export-Controlled Items



JUN 2013



252.225-7055



Representation Regarding Business Operations with the Maduro Regime



MAY 2022



252.225-7056



Prohibition Regarding Business Operations with the Maduro Regime



JAN 2023



252.232-7003



Electronic Submission of Payment Requests and Receiving Reports



DEC 2018



252.232-7010



Levies on Contract Payments



DEC 2006



252.239-7098 (Dev)



Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites - Representation. (Deviation 2021-O0003)



APR 2021



252.243-7001



Pricing Of Contract Modifications



DEC 1991



252.244-7000



Subcontracts for Commercial Products or Commercial Services



JAN 2023



252.247-7023



Transportation of Supplies by Sea



JAN 2023





The following clauses are incorporated by full text. Refer to the attached solicitation, W912LD-23-Q-0011, for the full text version.



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)





52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022)



52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023)



52.219-1 Small Business Program Representations (DEVIATION 2023-O0002) (MAR 2023)





52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)





52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)





52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)





52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)





252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (NOV 2014)





252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)


Attachments/Links
Contact Information
Contracting Office Address
  • 2841 S COUNTY TRAIL USPFO BLDG 235
  • EAST GREENWICH , RI 02818-1728
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 20, 2023 01:53 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >