H944--Boiler Inspection, Testing and Calibration Services

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Florida
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159807312369797
Posted Date: Mar 27, 2024
Due Date: Apr 5, 2024
Solicitation No: 36C24824Q0490
Source: Members Only
Follow
H944--Boiler Inspection, Testing and Calibration Services
Active
Contract Opportunity
Notice ID
36C24824Q0490
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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: Mar 27, 2024 05:20 pm EDT
  • Original Date Offers Due: Apr 05, 2024 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: H944 - OTHER QC/TEST/INSPECT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    James A. Haley Veterans Administration Medical Ctr 13000 Bruce B. Downs Blvd Tampa , FL 33612
    USA
Description
Combined Synopsis-Solicitation
2
Description

(i) This is a combined synopsis/solicitation for Boiler Inspection, Testing and Calibration Services at James A. Haley Veterans Hospital (JAHVH), prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

(ii) The solicitation number is 36C24824Q0490 and is issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, Effective February 23, 2024.

(iv) This solicitation is for a 100% Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) set aside with associated NAICS code 238220 has a small business size standard of $19.0 Million. The FSC/PSC is H944.

This solicitation will use Comparative Evaluation. Award will be made to the offeror determined to be acceptable, price reasonable, and is determined to best value to the government; all eligible offerors may submit quotes.

To be considered as a Service-Disabled Veteran Owned Small Business (SDVOSB), prospective offerors shall be a verified SDVOSB in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages https://www.vip.vetbiz.gov/ at the date and time set for receipt of offers.

Responses shall be on all or none basis, no partial submissions will be accepted. Quote must be valid for 90 days. All offerors must be registered in System for Award Management (SAM) at https://www.sam.gov at time offers are due to be considered for an award of a federal contract. Registration must be complete and not missing elements such as representations and certifications.

(v) All interested companies shall provide quotations for the following Line Item Numbers (LIN s):

ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA
__________________
__________________

Annual Boiler Inspection
PRINCIPAL NAICS CODE: 238220 - Plumbing, Heating, and Air-Conditioning Contractors
PRODUCT/SERVICE CODE: H944 - Other Quality Control, Testing, and Inspection - Furnace, Steam Plant, and Drying Equipment; Nuclear Reactors

0002

2.00
EA
__________________
__________________

Semi Annual Boiler Calibration, Fine tuning, Testing/Adjustment of burners
PRINCIPAL NAICS CODE: 238220 - Plumbing, Heating, and Air-Conditioning Contractors
PRODUCT/SERVICE CODE: H944 - Other Quality Control, Testing, and Inspection - Furnace, Steam Plant, and Drying Equipment; Nuclear Reactors

1001

1.00
EA
__________________
__________________

Annual Boiler Inspection
PRINCIPAL NAICS CODE: 238220 - Plumbing, Heating, and Air-Conditioning Contractors
PRODUCT/SERVICE CODE: H944 - Other Quality Control, Testing, and Inspection - Furnace, Steam Plant, and Drying Equipment; Nuclear Reactors

1002

2.00
EA
__________________
__________________

Semi Annual Boiler Calibration, Fine tuning, Testing/Adjustment of burners
PRINCIPAL NAICS CODE: 238220 - Plumbing, Heating, and Air-Conditioning Contractors
PRODUCT/SERVICE CODE: H944 - Other Quality Control, Testing, and Inspection - Furnace, Steam Plant, and Drying Equipment; Nuclear Reactors

2001

1.00
EA
__________________
__________________

Annual Boiler Inspection
PRINCIPAL NAICS CODE: 238220 - Plumbing, Heating, and Air-Conditioning Contractors
PRODUCT/SERVICE CODE: H944 - Other Quality Control, Testing, and Inspection - Furnace, Steam Plant, and Drying Equipment; Nuclear Reactors

2002

2.00
EA
__________________
__________________

Semi Annual Boiler Calibration, Fine tuning, Testing/Adjustment of burners
PRINCIPAL NAICS CODE: 238220 - Plumbing, Heating, and Air-Conditioning Contractors
PRODUCT/SERVICE CODE: H944 - Other Quality Control, Testing, and Inspection - Furnace, Steam Plant, and Drying Equipment; Nuclear Reactors

3001

1.00
EA
__________________
__________________

Annual Boiler Inspection
PRINCIPAL NAICS CODE: 238220 - Plumbing, Heating, and Air-Conditioning Contractors
PRODUCT/SERVICE CODE: H944 - Other Quality Control, Testing, and Inspection - Furnace, Steam Plant, and Drying Equipment; Nuclear Reactors

3002

2.00
EA
__________________
__________________

Semi Annual Boiler Calibration, Fine tuning, Testing/Adjustment of burners
PRINCIPAL NAICS CODE: 238220 - Plumbing, Heating, and Air-Conditioning Contractors
PRODUCT/SERVICE CODE: H944 - Other Quality Control, Testing, and Inspection - Furnace, Steam Plant, and Drying Equipment; Nuclear Reactors

4001

1.00
EA
__________________
__________________

Annual Boiler Inspection
PRINCIPAL NAICS CODE: 238220 - Plumbing, Heating, and Air-Conditioning Contractors
PRODUCT/SERVICE CODE: H944 - Other Quality Control, Testing, and Inspection - Furnace, Steam Plant, and Drying Equipment; Nuclear Reactors

4002

2.00
EA
__________________
__________________

Semi Annual Boiler Calibration, Fine tuning, Testing/Adjustment of burners
PRINCIPAL NAICS CODE: 238220 - Plumbing, Heating, and Air-Conditioning Contractors
PRODUCT/SERVICE CODE: H944 - Other Quality Control, Testing, and Inspection - Furnace, Steam Plant, and Drying Equipment; Nuclear Reactors

GRAND TOTAL
__________________
(vi) JAHVH is seeking to purchase Annual Boiler Inspection and Semi-Annual Safety Device Calibration, Fine tuning, Testing/Adjustment of burners. The base Period of Performance (POP) is 04/15/2024 04/14/2025. The period of performance is A Base Plus 4 (Four) Option Years.
(vii) Place of Performance/Place of Delivery

James A. Haley Veterans Hospital (JAHVH)
13,000 Bruce B. Down Blvd.
Tampa, FL 33612-4745

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/

(viii) The following solicitation provisions apply to this acquisition:

FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (NOV 2021)

(x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.

Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI.

(ix) The Government will award a 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:

Evaluation Approach: The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

Technical Acceptability: Quote will be evaluated to determine if the vendor provides a sound, compliant approach that meets the requirements of the Statement of Work (SOW) and demonstrates a thorough understanding of the requirements. The technical and management approach will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the below section of the solicitation.

Acceptable - Quote clearly meets the minimum requirements of the solicitation.
Unacceptable - Quote does not clearly meet the minimum requirements of the solicitation.

Appropriate consideration will be given to the following:

a. Technical and Management Approach Quoters shall provide a brief detailed plan no more than 10 pages describing a full understanding of the requirements of this Statement of Work (SOW). Quoters has a clear and effective approach in providing annual internal inspection, semiannual safety device testing, calibration boiler plant burners, controls, instruments and data management services.

b. Contractor Qualification - Quoters shall provide their qualification/certifications detailing at least two years successful experience and/or operation in the industry, for inspection and maintenance of boilers under contracts in similar size and scope.

Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/ ; or any other reasonable basis. The Government may rely on internal documentation including Contract Performance Assessment Reporting System (CPARS) for supply being acquired to determine Past Performance. If no record of past performance is found in CPARS, the quoter shall not receive a favorable or unfavorable rating but shall receive a rating of neutral.

Price: Price shall be submitted using on the vendor s own form. The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum.

Options: The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line item numbers (CLINs), and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s).

CONTRACT ADMINISTRATION DATA
1. Contract Administration: All contract administration matters will be handled by the following individuals:
a. CONTRACTOR:
b. GOVERNMENT: Contracting Specialist 36C248 Walida Moore-Saintil
Department of Veterans Affairs
Network Contracting Office 8 (248)
8875 Hidden River Pkwy
Tampa FL 33637

2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:
[X]
52.232-33, Payment by Electronic Funds Transfer System For Award Management, or
[]
52.232-36, Payment by Third Party
3. INVOICES: Invoices shall be submitted in arrears:
a. Quarterly []
b. Semi-Annually []
c. Other [X] Monthly
4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.
Department of Veterans Affairs
FMS-VA-2(101)
Financial Services Center
PO Box 149971
Austin, TX 78714-9971
The following contract clauses apply to this acquisition:

(xi) FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services .
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 any time prior to contract expiration.

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 any time prior to expiration of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15days before the contract expires. The preliminary notice does not commit the Government to an extension. Â Â Â
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause. Â
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5years.
VA NOTICE OF LIMITATIONS ON SUBCONTRACTING - CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (NOV 2022)
(a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that -
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.]
(i) Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.
(ii) General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating section 1001 of title 18.
(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror's bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee: _______________________________
Printed Title of Signee: _______________________________
Signature: _______________________________
Date: _______________________________
Company Name and Address: _____________________________________________________________________

(xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services

The following subparagraphs of FAR 52.212-5 are applicable:

52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020)
52.204-7 System For Award Management (OCT 2018)
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-8 Utilization of Small Business Concerns (SEP 2023)
52.219-28 Post Award Small Business Program Representation (JUL 2013)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 2015)
52.222-35 Equal Opportunity for Veterans (JUN 2020)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-37 Employment Reports on Veterans
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.222-54 Employment Eligibility Verification (MAY 2022)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)
52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management
852.203-70 Commercial Advertising (JAN 2008)
852.232-72 Electronic Submission of Payment Requests
852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018)
852.233-71 Alternate Protest Procedure (OCT 2018)
852.237-70 Contractor Responsibilities

(xiii) All responses must include verification that each specification outlined in the Line Items, SOW, and any relevant attachments is/are met.

(a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter 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 Government reserves the right to make no award if quote does not meet the requirements of this solicitation.

CONTRACTOR IS RESPONSIBLE FOR CORRECT WAGE TITLE CLASSIFICATIONS OF THEIR EMPLOYEES AND COMPLIANCE WITH ALL APPLICABLE WAGE AND HOUR LAWS.

The DOL Wage Determination for the specific locality applies to this solicitation and any contract awarded is available at https://beta.sam.gov/ Please note the listing below is not all-inclusive wage determination of each area of performance. It is the contractor s responsibility to obtain and evaluate each wage determination locality.

Florida Counties of Hernando, Hillsborough, Pasco, Pinellas Wage
Wage Determination No.: 2015-4571
Revision No.: 22
Date of Last Revision: 12/26/2023

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
SUBMISSION OF QUOTES. Quote should be submitted as One combined PDF document at or before the exact time specified in due date of this solicitation by email to the Point of Contact listed below to include:

A Quote on company letterhead and any needed attachments. Quotes must be submitted on the vendor s own form. To include Attachment 2 (Limitation of Subcontracting Certification)

Provide Contractor Name, UEI#, Address, Point of contact(s) name, phone, and email. If NOT the manufacturer then an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award (If Applicable).

Prices need to include any FOB destination shipping cost. The Government is requesting discounts, notate any discounts.

To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

There are no additional contract requirements, terms or conditions.

(xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.

Vendor Questions: Questions for information regarding the solicitation should be forwarded in writing via e-mail No Later Than 4/2/2024 15:00 pm EST.

Vendor Answers: Answers to questions will be posted to FBO on 4/3/2024 by 15:00 pm EST.

(xv) Quotes must be emailed to Walida.MooreSaintil@va.gov and received No Later Than 4/8/2024 15:00 pm EST on the close date.
(xvi) Point of Contact: contact Walida Moore-Saintil at Walida.MooreSaintil@va.gov ; NO PHONE CALLS WILL BE ACCEPTED. NO LATES WILL BE ACCEPTED.
End of Document
See attached document: ATTACHMENT 1 - SOW.
See attached document: ATTACHMENT 2 - Limitation of Subcontracting Certification.
Attachments/Links
Contact Information
Contracting Office Address
  • 8875 HIDDEN RIVER PARKWAY
  • TAMPA , FL 33637
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 27, 2024 05:20 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 >