Oregon Bids > Bid Detail

89--FCI Sheridan - Q1 FY24 Subsistence

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159428231785458
Posted Date: Aug 11, 2023
Due Date: Aug 28, 2023
Solicitation No: 15B61223Q00000019
Source: https://sam.gov/opp/ab40d16b73...
Follow
89--FCI Sheridan - Q1 FY24 Subsistence
Active
Contract Opportunity
Notice ID
15B61223Q00000019
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FCI SHERIDAN
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: Aug 11, 2023 05:24 pm EDT
  • Original Date Offers Due: Aug 28, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8945 - FOOD, OILS AND FATS
  • NAICS Code:
    • 311999 - All Other Miscellaneous Food Manufacturing
  • Place of Performance:
    27072 Ballston RD Sheridan , OR 97378
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 15B61223Q00000019 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 311999 with a small business size standard of 700.00 employees.

This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-08-28 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Sheridan, OR 97378

The DOJ BOP Field Offices- FCI SHERIDAN requires the following items, Meet or Exceed, to the following:
LI 001: Beans, Dry, Black Beans, Whole, U.S. Grade 1 3 50# bag, 15000, LB;
LI 002: Beans, Dry, Kidney or Red, Whole, U.S. Grade 1 3 50# bag, 2500, LB;
LI 003: Beans, Garbanzo (Chick Peas), Canned, In Brine, Meatless. (CID AA-20134C, Type I or IV, Class E or J,Style 1). 6/#10 cans per case, 13, CS;
LI 004: Beans, Pintos, Canned, In Brine, Meatless. (CID A-A-20134C, Type I or IV, Class B, Style 1). 6/#10 cansper case, 3, CS;
LI 005: Rice, U.S. Grade 1 or 2, Long Grain MILLED Rice, Parboiled 50# bag, 7500, LB;
LI 006: Pasta, Macaroni, Elbow Form, Whole Wheat Blend, Whole Wheat, or Regular. (CID A-A-20062E, Type I, Style A, B, or C). Enriched in accordance with the requirements as specified in 21 CFR 139.113 and21 CFR 139.135. 1 lb to 40 lb sealed bags., 10000, LB;
LI 007: Pasta, Macaroni, Rotini Form, Whole Wheat Blend, Whole Wheat, or Regular. (CID A-A-20062E, Type V, Style A, B, C, or D). Enriched in accordance with the requirements as specified in 21 CFR 139.115and 21 CFR 139.135. 1 lb to 40 lb sealed bags., 10000, LB;
LI 008: Pasta, Penne, Whole Wheat Blend, Whole Wheat, or Regular. (CID A-A-20062E, Type XIV, Style A, B, or C). Enriched in accordance with the requirements as specified in 21 CFR 139.115 and 21 CFR139.135. 1 lb to 40 lb sealed bags., 2000, LB;
LI 009: Pasta, Enriched Egg Noodles, Ribbon Shaped Noodles or Large Bow Shaped Noodles. (CID A-A-20063C, Type I or Type II, Style B). 1 lb to 40 lb sealed bags., 180, LB;
LI 010: Pasta, Macaroni, Ziti Form, Whole Wheat Blend, Whole Wheat, or Regular. (CID A-A-20062E, TypeXIII, Style A, B, or C). Enriched in accordance with the requirements as specified in 21 CFR 139.115 and 21 CFR 139.135. 1 lb to 40 lb sealed bags., 10000, LB;
LI 011: Flour, General, All Purpose, Unbleached. (CID A-A-20126F, Type III, Style A). H&R Flour 50#bag, 30000, LB;
LI 012: Hominy Grits, Enriched, White or Yellow, Regular (CID AA-20035D, Type I or II, Style A), 5000, EA;
LI 013: Chips, Potato, 1 oz sealed individual package, various flavors. Note case count and flavors in bid., 4500, EA;
LI 014: Peanut Butter, Regular, Smooth Stabilized, Non-fortified, Salted or Unsalted. (CID A-A-20328B, Style I, Class A or B, Texture 1 or 3, Type a, Fortification 1, Seasoning (a) or (b). 1 to 50 lb sealed containers. Specify weight of container on bid, 1500, LB;
LI 015: Peanut Butter, Regular, Smooth Stabilized, Non-fortified, Salted or Unsalted. (CID A-A-20328B, Style I, Class A or B, Texture 1 or 3, Type a, Fortification 1, Seasoning (a) or (b). 1 to 50 lb sealed containers. Specify weight of container on bid., 2500, LB;
LI 016: Tofu, Regular or Organic, Firm, Medium Firm, Extra Firm, or SuperFirm, Refrigerated or Shelf Stable. Ingredients include: Water, Regular or Organic Soy Beans,Calcium Sulfate or Glucono Delta Lactone, and Calcium Chloride.Note package size on bid. Product will not contain any animal byproduct oringredients, 500, LB;
LI 017: Oils, Salad, Vegetable, Canola (rapeseed), Corn, Cottonseed,Olive (refined), Peanut, Safflower, Soybean, Sesame, Sunflower,or any other vegetable oils or combinations of these oils. (CID AA-20091D, Type II).Gallons, Half Gallons, 5 Gallon Containers, or 35 lb Containers.Note size of container and case size on bid. (5 - Gal), 150, CS;
LI 018: Dressing, Mayonnaise, Regular, (CID A-A-20140D, Type I, Style A,B, C, or D). 4/1 Gallon plastic containers per case., 250, CS;
LI 019: Mustard, Prepared, Yellow (Salad Style). (CID A-A-20036C, TypeI). 4/1 Gallon plastic containers per case., 10, CS;
LI 020: Vinegar, Distilled, 50 Grain Strength, 4/1 Gallon containers percase., 20, CS;
LI 021: Jelly, Fruit, Standardized, Variety, Apple, Apricot, Cherry, Grape,Orange, Peach, Raspberry, or Strawberry. Regular U.S. Grade Aor Equivalent.(CID A-A-20078C, Kind M or AA, Style 1. Finished product qualitya. 10 Gram Individual Portion Each. Specify case count and kindon bid., 20000, EA;
LI 022: Sugar, Brown, Light or Dark (extra fine)(CID A-A-20135D, Type II,Style A or B) 25# bag, 10000, LB;
LI 023: Sugar, White (Refined), Powdered or Confectioners (CID AA-20135D, Type I, Style C) 25# bag, 5000, LB;
LI 024: Sugar, White (Refined), Granulated (fine, extra fine, or super fine)(CID A-A-20135D, Type I, Style A or B). 50# bag, 10000, LB;
LI 025: Syrup, Table, Regular (CID A-A-20124D, Type IV, Style 1 or2, Flavor A, B, C, D, or E.) Syrup shall be manufactured inaccordance with the U.S. Standard of Identity for Table Syrup, 21CFR 168.180. 4/1 Gallon Plastic Containers per case., 200, CS;
LI 026: Taco Shells, Corn, U Shaped, Enriched. (CID A-A-20143B, Type III, Style A, Shape b, Enrichment type i).Each. State case count on bid., 50000, EA;
LI 027: Tomatoes, Canned, Diced, as defined in the standard of identity for canned tomatoes (21 CFR155.190). U.S. Grade A-C, Average drained weight of 54.7 to 63.5 ounces per can. 6/#10 cans per case., 56, CS;
LI 028: Tomato, Paste, as defined in the standard of identity for tomatopaste (21 CFR 155.191). Natural Tomato Soluble Solids rangingfrom extra heavy to medium concentration (28 to 39.3%). U.S.Grade A, U.S. Fancy, U.S. Grade C, or U.S. Standard. 6/#10 cans, 112, CS;
LI 029: Vegetable, Corn, Whole Kernel (Whole Grain), Canned, Conventional or Super sweet, Golden (or yellow), Grade A - C. As defined in Food and Drug Standard of Identity 21 CFR 155.130. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans per case., 56, CS;
LI 030: Vegetable, Collard Greens, Canned, Grade U.S. No. 1. As defined in Title 7, 51.521. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada.6/#10 cans per case. 6/#10 can., 56, CS;
LI 031: Sauce, Soy, Fermented or Non-Fermented, Reduced Sodium. (CID A-A-20087D, Type I or IV), 4/1 KIKkOMAN QUALITYGallon plastic containers per case, 100, CS;
LI 032: Sauce, Worcestershire. (CID A-A-20099C). 4/1 gallon plasticcontainers per case. LEA&PERRKINS quality, 30, CS;
LI 033: Spices, Baking Powder, Single Action, shall be manufactured from clean, white, free-flowing, highly purified, food grade materials and shall be comprised of acid-reacting materials, sodium bicarbonate,and cornstarch. 40# BAG, 8000, LB;
LI 034: Spices, Basil, Sweet, Ground or Crushed (CID A-A-20001B, Type I, Class C, Form 1 or 3). Packaging must indicate actual delivered weight of product. Pure no additives, extenders, foreign matter, or flow agents. 1/2 oz to 50 lb sealed plastic containers or boxes. Note package size on bid., 100, LB;
LI 035: Spices, Cinnamon, Ground, Not fortified. (CID A-A-20001B, TypeI, Class I, Form 1, Fortification A). Packaging must indicate actualdelivered weight of product.Pure no additives, extenders, foreign matter, or flow agents. 1/2oz to 50 lb sealed plastic containers or boxes. Note package sizeon bid., 500, LB;
LI 036: Spices, Cumin, Ground. (CID A-A-20001B, Type I, Class L, Form 1). Packaging must indicate actual delivered weight of product. Pure no additives, extenders, foreign matter, or flow agents. 1/2 oz to 50 lb sealed plastic containers or boxes. Note package size on bid., 250, LB;
LI 037: Spices, Garlic, Powder. From dehydrated garlic bulb ground to a fine powder after the milling process. 100% air dried garlic. Appearance and Flavor Cream Brown Fine Powder with the characteristic odor and flavor of garlic. No off notes. Texture A dry medium fine granular powder, slightly fibrous.Moisture less than 12%. Packaging must indicate actual delivered weight of product. Pure noadditives, extenders, foreign matter, or flow agents. 1/2 oz to 50 lb sealed plastic containers or boxes. Note package size on bid., 1000, LB;
LI 038: Spices, Paprika, Ground. (CID A-A-20001B, Type I, Class V, Form1). Packaging must indicate actual delivered weight of product.Pure no additives, extenders, foreign matter, or flow agents. 1/2oz to 50 lb sealed plastic containers or boxes. Note package sizeon bid., 1000, LB;
LI 039: Spices, Powder Chili. (CID A-A-20001B, Type I, Class Z, Form 1 or 3). Packaging must indicate actual delivered weight of product. Pure - no additives, extenders, foreign matter, or flow agents. 1/2 oz to 50 lb sealed plastic containers or boxes. Note package size on bid., 500, LB;
LI 040: Spices, Salt, Food Grade or Table, Iodized. Packaging must indicate actual delivered weight of product. Pure - no additives, extenders, foreign matter, or flow agents. Product may contain an Anti- Caking Agent. Disposable Plastic Shakers, 4 oz Each. Specify case count on bid., 10000, LB;
LI 041: Soup Base, Bouillon, Chicken Flavor, Low or Reduced Sodium,Powdered, No added monosodium glutamate. (CID A-A-20202B,Type IV, Class 2 or 3, Style A, Flavor Enhancer A).Maximum moisture percent by weight is 3.5. Maximum total fatpercent by weight is 15%. Maximum of 140 mg of sodium per8 oz. of finished product, Finished product must be completelysoluble in boiling water when prepared according to the labelinstructions, Single yield: The one (1) lb. of powdered finishedproduct must dilute to a final volume of not less than five (5)gallons (5.67 grams makes an 8 oz. cup serving size) (Doubleyield -1 lb = 10> gal) (triple yield -1 lb = 15> gallon), Yield must bemarked on container, All delivered product must be labeled withingredients. Quote must include cost for finished 10 gallons ofbroth. Specify case weight on bid., 1000, LB;
LI 042: Meats, Chicken, Boneless, Skinless, Raw, White Meat, Frozen, Aor B quality per the USDA, United States Classes, Standards andGrades for Poultry Agricultural Marketing Service (AMS) 70.200 etseqmust be free of cartilage, fat, tendons, blood clots, bruises, cuts,tears, and holes in the muscle tissue Boneless, skinless parts maybe diced. The dicing process must result in size- reduced portionsof meat that are intact, not mutilated, and with surfaces relativelysmooth in appearance. Individual size-reduced portions of meatmust be relatively uniform in size and shape, and consistent withthe size reduction process. Unbreaded. Packed in poly bag boxes.All packaging and packing materials must be clean and in newcondition. . Products produced or labeled with any phrase underreligious exemption" will be refused., 5000, LB;
LI 043: Meats, Fish Fillets, Raw, Breaded, Individually Quick Frozen, Unglazed, Skin-off (skinless), Practically boneless fillet. U.S. Grade A or B (per Grades of Frozen Raw Breaded Fish Portions). Acceptable types include Tilapia, Cod, Whiting, Haddock, Hake, , Flounder, Sole, Turbot, Plaice, or Halibut.Frozen raw breaded portions are clean, wholesome, uniformly shaped, unglazed masses of cohering pieces (not ground) of fish flesh coated with breading and contain not less than 75 percent, by weight, of fish flesh. Fish portion must meet weight requirements when thawed and drained, Must specify if block cut or not block cut on bid. Note type and size on bid. 4-7 oz., 2500, LB;
LI 044: Meats, Frankfurters (Hot Dogs), Fully Cooked, Frozen, Beef, 6 inch, 10:1 Ratio, Skinless, Without non- meat binders and extenders or With non-meat binders and extenders (such as nonfat dry milk, wheat, rice, soy flour, or soy protein concentrate. (IMPS 800, Major Ingredient D or D1 OR CID A-A-20341, Meat Species II, Size A, Ratio 1, Non-meat binders and extenders (a) or (b). The finished product shall not contain more than 30 percent fat or no more than 10 percent added water, or a combination of 40 percent fat and added water. Non-meat binders and extenders may be used up to 3.5 percent or isolated soy protein may be used up to 2 percent in the frankfurters per 9 CFR § 424.21 (c). All ingredients in the product must be listed in the ingredients statement on the label in order of predominance, from highest to lowest amounts in accordance with the USDA Food Safety Inspection Service (FSIS) Standards and Labeling Policy. Manufacturers letters will NOT be accepted in lieu of labeling., 1000, LB;
LI 045: Cheese, Sliced, (Real Cheese, Not Imitation), As specified in the Code of Federal Regulations, TITLE 21, CHAPTER I, SUBCHAPTER B, PART 133 -- CHEESES AND RELATED CHEESE PRODUCTS , Subpart B,133.173 ,One of the following cheeses, (To be determined by the FSA), Pasteurized Process Cheese American, Cheddar, Provolone, Swiss, Colby, or Monterey Jack . Each of the ingredients used in the food shall be declared on the label. Manufacturers letters will NOT be accepted in lieu of labeling., 3000, LB;
LI 046: Cheese, Cheddar, U.S. Grade AA or A. Cheddar cheese is cheese made by the cheddaring process or by another procedure which produces a finished cheese having the same physical and chemical properties as the cheese produced by the cheddar process and is made from cow's milk with or without the addition of coloring matter and with common salt, contains not more than 39 percent of moisture, and in the water-free substance, contains not less than 50 percent of milk fat and conforms to the provisions of §19.500, Definitions and Standards of Identity for Cheese and Cheese Products. Food and Drug Administration (21 CFR 19.500). Manufacturers letters will NOT be accepted in lieu of labeling (Bidder needs to indicate if cheese is Loaf/Block). Packaging: 5 lb to 40 lb sealed Bags or containers. BULK BRICK ONLY NO SHREADDED, 3000, LB;
LI 047: Bev: Coffee (Ground), Medium Ground, Pounds 20# CASE, 200, LB;
LI 048: Vanilla Flavoring 4/1 gallon per case, 20, CS;
LI 049: Poultry Seasoning, 500, LB;
LI 050: Lemon Juice, 120, QT;
LI 051: Cranberry Sauce, 6-#10 Canned, Case, 30, CS;
LI 052: Lockdown Meal ASST, 32ct Case or specify case count in quote, 2500, EA;
LI 053: Taco Seasoning, 1000, LB;
LI 054: Flour Tortilla, 10", 18000, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, DOJ BOP Field Offices- FCI SHERIDAN intends to document bids online to be facilitated by the third-party Marketplace, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Sellers may submit bids during the specified period of time. DOJ BOP Field Offices- FCI SHERIDAN is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

As defined in the Federal Acquisition Regulation (FAR) 2.101, the terms offer and offeror refer to a response to a solicitation that, if accepted, would bind the submitter to perform the resultant contract. The terms bid and bidder refer to an offer submitted in response to an Invitation for Bid (IFB). The term proposal refers to an offer submitted in response to a Request for Proposal (RFP). The terms quotation, quote, and quoter refer to a non-binding submission in response to a Request for Quotation (RFQ) which is not an offer.

Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid/Proposal/Quotation individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid/Proposal/Quotation being determined to be unacceptable.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Bid/Offer MUST be good for 60 calendar days after close of Buy, unless otherwise indicated.

Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.

No partial shipments are permitted unless specifically authorized at the time of award.

Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable).

The Contracting Officer will indicate elsewhere in this Buy as to whether responses will be evaluated for award based either upon (a) price and pricing factors only (Bids/Quotes) or (b) price and other factors (Proposals/Quotes). All Bids/Proposals/Quotations must conform to the listed specifications or the Statement of Work. If award criteria are based upon (b) price and other factors, the Contracting Officer shall clearly indicate the criteria to be applied elsewhere in this Buy.

In addition to providing pricing at www.FedBid.com for this solicitation, each Bidder/Offeror/Quoter must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this Buy. Submissions can be sent to clientservices@fedbid.com.

For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The Bidder/Offeror/Quoter may not substitute any item/service listed on this order without prior written approval from the BOP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this Buy. Items/services that do not conform to descriptions and part numbers found in this Buy will be rejected at the time of delivery causing a return at the contractor's expense.

For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may result in non-consideration of the Bid/Proposal/Quotation. This information is REQUIRED in order for a sellers Bid/Proposal/Quotation to be evaluated for award. FAR 52.211-6.

Evaluation Factors for Award FAR 15.304(e). Unless all offers are rejected, award will be made to the responsible Offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In accordance with FAR 15.304(e), the evaluation factors other than cost/price, when combined, are significantly more important than cost or price; however, cost/price will contribute substantially to the selection decision. The following factors will be used, in descending order or importance, to determine the Award recipient: 1.) Past Performance, 2.) Ability to deliver items as per specification and time/delivery requirements 3.) Cost/Price FAR 15.404-1(b) Past Performance: A vendors previous delivery history, and any Performance Alerts available through FedBid.com and FedBizOpps.gov, as well as performance surveys conducted with other government agencies or Bureau of Prisons locations will be used as a determining factor prior to award.

DELIVERIES WILL NOT BE ACCEPTED BEFORE OCTOBER 2, 2023 (unless authorized by the contracting officer)A complete delivery of all awarded items is expected between October 2nd October 20th, 2023 (first month of the quarter), unless otherwise specified.Warehouse Hours: Monday through Thursday from 7:00 am to 1:00 pm.Federal holiday deliveries will not be accepted.

Award will be based on a best value trade off determination in which price, specifications, past performance, and delivery schedule will be reviewed.The quotes must include the following:1) Specification of each item quoted (Brand Name if any)2) Delivery lead time from time of award until expected delivery to FCI Sheridan3) Price per unit of each item

Notice to vendors This Opportunity is a Multiple Award opportunity based on best per line item pricing.
Attachments/Links
Contact Information
Contracting Office Address
  • P.O. BOX 8000
  • SHERIDAN , OR 97378
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 11, 2023 05:24 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 >