FAR

AS9100

Summary: Internal audit support: three (3) full time employees for four (4) working days to provide two (2) internal audits in FY22 on site at NAWCAD. Surveillance audit support: two (2) full time employees for four (4) working days to provide support for two (2) surveillance audits in FY22 on site at NAWCAD. Quality Management System (QMS) development support: two (2) full time employees for a minimum of five (5) two (2) working day trips to provide QMS development support in FY22 on site at NAWCAD. Labor category for employees: auditor. Qualification level for employees: senior level Quote all items or none. Please ensure items are on your GSA schedule and identify if any items are open market as this is a GSA procurement. Request is set-aside for Total Small Business under the authority of FAR Part 52.219-6. Offerors must be registered in the System for Award Management (SAM) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at https://www.sam.gov/portal/public/SAM/. Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30 Vendor will perform 3rd party audits to verify AS9100D compliance and certification. .

Vehicle: PSS

RFP release date: 9/30/2021

Proposal due date: 10/19/2021

Related Attachments:

Read more

CDC Microsoft Consulting Services

Summary: This is a request for quotation for a single-award blanket purchase agreement (BPA) for Microsoft consulting services under FAR 8.405-3. The estimated total ceiling value of the BPA is $50M. The ceiling is high to help streamline the issuance of small, manageable task orders for work conducted in an agile environment. However, the Minimum that the Government is obligated to purchase is $0.00. Requirements and funding levels change and there is no guarantee that orders will be placed against the BPA. Instructions to vendors, a pricing schedule, a list of labor category descriptions, and the solicitation document with a description of the work, evaluation criteria, and terms and conditions are all included with this posting.

Vehicle: IT 70

RFP release date: 9/29/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

Volpe PRISM Licenses, Support and Maintenance

Summary: Please provide a quote in accordance with the selected GSA MAS Categories 54151, 5415S and 511210 and the attached specifications. This requirement is being conducted in accordance with FAR Part 13, Simplified Acquisition Procedures (SAP). 1. Quotes shall be submitted via GSA E-Buy. 2. An award will be made to the offeror whose offer is considered to be the best value to the Government based on price. 3. The resulting delivery order award will be issued on a firm fixed price basis. 4. Any quote submitted shall be valid for a minimum of thirty (30) days from the date of submission. 5. Quotes are due by 7:00 PM, EST. on Wednesday, September 28, 2021. 6. Please complete, sign and date the attached Provision FAR 52.204-24 and return with your quote. Please direct all questions regarding this Request For Quote directly to the contracting officer identified below. Thank you, Darcy Hubbard Contracting Officer U.S. DOT/Volpe Center, V222 Cambridge, MA 02142 Tel: 617.494.3816 Email: Darcy.Hubbard@dot.gov

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

Cleanroom Drive Restoration, Big Hill Lake, Kansas

Summary: Cleanroom Drive Restoration for Two (2) Drives Big Hill Lake, Kansas 1.0 Scope of Work 1.1. The Tulsa District requires a contractor who can diagnose and restore up to two (2) drives in a cleanroom that meets or exceeds the ISO 14644-1 Cleanroom Standard Class 8. After drive restoration the contractor will provide shipping to Big Hill Lake (19065 Cherryvale Pkwy., Cherryvale, KS 67335) via insured priority service with tracking. The work to be performed under the terms of this contract consists of furnishing all supplies and services, labor, equipment, instruments, materials, and incidentals to support Drive Recovery. 1.2. Background – The Big Hill Office Server and Backup Server are corrupted. Analysis by the CIO/G6 Forensic Team determined that the data would need to be recovered in a cleanroom. 1.3. The “work” shall mean to provide drive recovery as follows: a) General. The contractor shall receive six (6) drives. Four (4) of these drives form the RAID. Two (2) of the RAID drives are damaged and two (2) are working. The remaining two drives are the operating system drives and are being provided for the data recovery experts to have if any information from the operating system is needed to complete the rebuild. Up to two (2) drives that are a part of the RAID must be rebuilt in a cleanroom so the data can be recovered from the RAID file system. The contractor will need to diagnose and repair the 2 drives. The contractor will then rebuild the RAID and recover any data from those drives. The cleanroom must be at a minimum ISO 14644-1 Cleanroom Standard Class 8 certified. b) References. ISO 14644-1 Cleanroom Standard 2.0 Invoicing 2.1. Submit one copy of the invoice to Tabitha Westhoff at Tabitha.s.Westhoff@usace.army.mil. Payment for services rendered will be made in a lump sum after all exams have been performed and invoices received. 2.2. Invoices shall include the employee’s name and the contractor name, address, billing period, payment terms, contract number, date, invoice number, line item number, tests administered, amounts, subtotals (if applicable), and amount total. 3.0 Period of Performance Period of performance is six (6) months from date of purchase order award. Delivery for drive restoration will be scheduled by a Government POC a minimum of 2 days in advance. 4.0 Point of Contact (POC) To be provided at the time of award. 4.0 Confidentiality The Contractor will make no public announcements or disclosures relative to information developed from this Scope of Work. All information gathered will be considered privileged information of the United States Government. All documents, data, and any form of information generated under this contract will remain the exclusive property of the U.S. Government. All rights or copyrights to contract products will be in compliance with FAR 52.227-14, Rights in Data-General. The Contractor will not release or allow access to GFI, or documents/data/information generated under this contract outside of the U.S. Government officials as designated by the Contracting Officer (KO), Contracting Officers Representative (COR), and, if applicable, the designated installation POC. All requests for information will be directed to the KO or COR. Information or other related data will not be released, by the Contractor or any sub-Contractor(s), to other Government agencies (DOD and Non-DOD), private groups, private individuals, or private agencies, without prior written approval from the KO.

Vehicle: IT 70

RFP release date: 9/22/2021

Proposal due date: 9/30/2021

Related Attachments:

Read more

Ohio National Guard OMK Youth Specialist and Warrior Fitness Coordinator

Summary: This is a notice that this contract is a total set aside for a Small Business. Only quotes submitted by a Small Business will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. ***THIS NOT A NEW SOLICITATION FOR NEW POSITIONS*** This a re-issue of RFQ 1515535 OMK Youth Specialist and Warrior Fitness Coordinator for the Ohio Army National Guard that closed on 16 SEPT 2021. There are minor changes to the PWS that include travel as a reimbursable item. This contract will have a 12 month base year and four (4)12 month option periods. The Service Contract Act applies to this solicitation. Wage Determination WDOL 2015-4729 Revision No. 13 is attached and can be found at www.wdol.gov (Ohio-Franklin County). It is not the intent of the Government to enter into negotiations or discussions. It is incumbent upon the offeror to submit sufficient information for the Government to determine capability, satisfactory past performance, and price reasonableness. Failure to submit sufficient information may result in the rejection of your proposal. IAW FAR 52.212-2(a), the basis for award will be to the proposal that is determined to be the most advantageous to the Government based on the following criteria in order of importance: 1. Past Performance 2. Price Options will be evaluated IAW FAR 52.212(b). A total evaluated price will be calculated for each Offeror by adding the price for the base year, all option years. If the Government determines that adequate price competition was not obtained and/or if the total evaluated price cannot be deemed fair and reasonable, the Government reserves the right to request other than certified cost or pricing data to evaluate such data utilizing the proposal analysis techniques delineated in FAR 15.404-1 as deemed appropriate. IAW FAR 8.405-4, we request any discounts or applicable price reductions available based on the offerors schedule or MAS. Please see evaluation criteria attached to this RFQ. If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Questions are due no later than 4:00 pm EST 22 SEPT 2021. Clarifications must be in writing via email to paul.s.robinson.civ@mail.mil. No questions will be accepted by phone. A question/answer document will be posted in response to all timely questions asked by offerors. Proposals are due by 4:00 PM, EST, 24 SEPT 2021. Proposals should be submitted via GSA Ebuy. You may also email your proposals to paul.s.robinson6.civ@mail.mil. Faxed proposals will not be accepted. Offerors are encouraged to check the GSA Ebuy site often for changes and/or amendments to this RFQ.

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/24/2021

Related Attachments:

Read more

Request for INFORMATION: English-Dari and Dari-English Interpretation Services

Summary: REQUEST FOR INFORMATION This is not a solicitation. The Government is issuing this Request for Information to determine a competitive basis. This questionnaire is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information. Your response to this survey is requested by 1300 Mountain Time Thursday, 23 September 2021. Please send by email with responses to the questions below to: – Susan.Hashemi@spaceforce.mil, Contracting Officer, and – Rebecca.Graham@spaceforce.mil, Contracting Officer. ANTICIPATED REQUIREMENT The North American Aerospace Defense Command (NORAD) and United States Norther Command (USNORTHCOM) (NNC) anticipates a requirement for a firm fixed-price service contract for Afghanistan Interpretation Services at eight (8) different locations within the continental United States. The anticipated NAICS code is 541930, Translation and Interpretation Services, with a small business size standard of $8 million. The anticipated SIC code is 7389. To satisfy the Government’s anticipated requirement, contractor support will be required to: – Perform simultaneous and consecutive English-Dari and Dari-English interpretation with translation capability for written summarization as necessary. Ability to interpret Dari is required. Desirable but not mandatory if they also have Pashto proficiency: Simultaneous and Consecutive English-Pashto and Pashto-English Interpretation required. – Must be able to appropriately engage with female Afghan Evacuees, children, and other vulnerable populations. – Personnel providing services must be fully vaccinated against measles, mumps and rubella, as well as the corona virus 2019. – Must dress conservatively with a deep understanding of appropriate customs. – Currently, the contractor will be required to book travel arrangements accommodations; however this may change. – Work schedule will be 40 hours per week with federal holidays off. The duration is anticipated to be 4 weeks for the initial phase, with potential for expansion/extension. – Contractor personnel will provide 8 hours of interpretation per day, per location. – The contractor personnel will accompany the Gender Advisory Support Personnel and will facilitate the Gender Advisor’s interactions with, and collection of information from, Afghan Evacuees, with a primary focus on women and girls. The government estimates the eight (8) Gender Advisory Support Personnel teams will operate concurrently. – Contractor personnel will primarily focus on conversations; however, translation of written material may be necessary. – Contractor personnel shall have a current certification by the American Literary Translators Association (ALTA) or equivalent; a minimum performance level of 12 on the ALTA scoring protocol or equivalent certification is required. – Must be able to begin immediately ideally before 27 September. Travel and onsite interpretation to begin ASAP. REQUESTED RESPONSES 1. Name of your firm: 2. CAGE Code: 3. Point of contact, phone number and email address: 4. Are you able to meet all the above requirements within the timeframe specified? 5. Are you a Small Business classified under the above NAICS code? a. If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? b. Per FAR clause 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Can your firm be expected to do this, given your current employee situation? (Please respond yes or no.) 6. Please provide any additional information you feel is necessary:

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/27/2021

Related Attachments:

Read more

RFQ – ORAL SOLICITATION REQUEST MICROSOFT & JUNIPER SUBJECT MATTER EXPERT (SME)

Summary: REQUEST FOR QUOTE (RFQ) – ORAL SOLICITATIONS Thank you for fielding a phone call yesterday for the attached requirement. Please see below additional information for the solicitation of contract FA873021F0228 in accordance with FAR Part 13 Simplified Acquisition Procedures and supplemented by FAR Part 8, Required Sources of Supplies and Services, and FAR Part 19, Small Business programs. Attached is the requirement document for the two Subject Matter Experts (SMEs) that are being requested by the Air Force. A quote for these two (2) SMEs is needed by the date below. This is a competitive 100% Small Business Set aside under NAICS Code 541511. The Government intends to award to the lowest priced offer who meets the requirements in the attached document. Proof of capability to meet the requirements can be in the form of a resume showing a qualified individual (preferred) or a memo from the Contractor stating capable. If submitting a memo of capability, explain how you intend to have a qualified individual in time. If award is made, prices are firm-fixed. Please provide in response to this notice or in email by 22 September at 1500 EST a quote for: 0001 Microsoft SME $_______.___ a. Labor (5 days) b. Travel & Per Diem for F.O.B. (Hanscom AFB, MA) 0002 Juniper SME (Option A) $_______.___ a. Labor (2 days) b. Travel & Per Diem for F.O.B. (Hanscom AFB, MA) 0003 Juniper SME (Option B) $_______.___ a. Labor (5 days) b. Travel & Per Diem for F.O.B. (Hanscom AFB, MA) TOTAL: $_______.__ The Government reserves the right to fund all, some, or none of the above requirement. Reply to this email with any questions. Please include your CAGE number and GSA applicable contract number in your quote response. Quoted prices should include F.O.B. destination. Services are required as soon as possible and SME(s) should be available within 5 days after award/receipt of order (ARO). Please email any questions to the Contracting Officer below at michael.cenedella.1@us.af.mil and Contracting Specialist Victoria Bowley at victoria.bowley@us.af.mil. You are required to be registered and in good standing (Responsible) in the System for Award Management (SAM.gov) to receive an award, and your Taxpayer Identification Number must be in SAM or provided upon award. Legal effect of quotations per FAR 13.004, applies. Thank you for your consideration and we look forward to receiving your quote! Very Respectfully, MICHAEL CENEDELLA Contracting Officer

Vehicle: IT 70

RFP release date: 9/17/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

Equity Review of FAR Forms

Summary: The General Services Administration (GSA) Office of Governmentwide Policy (OGP), has identified a need for contractor support services for DEIA Review of FAR Forms. As such, this Request for Quotation (RFQ) is being issued to Federal Supply Schedule Contract holders. The RFQ summary is as follows: (1) Statement of Work (SOW) for DEIA Review of FAR Forms (2) Task Order Type: Labor Hour (3) Period of Performance: Total period of performance is 2 years including a 12-month Base Period with one 12-month Option Period. Anticipate period start date is September 30, 2021. (4) Quotations Due By NLT 5:00 PM EST, September 22, 2021 All electronic quotation submissions shall only be made via GSA E-Buy. Any corrupt or unreadable documents shall not be considered for evaluation purposes. Any files not received by the cut-off date and time specified herein shall be deemed late and shall not be considered for evaluation. If you have any questions regarding this RFQ, please contact GSA points of contact listed in the RFQ.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

TopVue Renewal for PEO AVN

Summary: TopVue Software Renewal: U.S Army Program Executive Office Aviation (PEO AVN) CONTRACTING ACTIVITY: United States Army Contracting Command-Redstone, Space, Missile Defense& Special Programs (SMD/SP) Directorate, Operations and Weapon Services Division, Information Technologies Solutions Branch CCAM-CAD-B Attn: Adrian Pritchett, Building 5303, Martin Road, Redstone Arsenal, AL 35898 CONTRACT TYPE: Firm-Fixed-Price SET-ASIDE: None REQUIREMENT: TopVue Renewal Software. RFQ INSTRUCTIONS AND EVALUATION CRITERIA: In accordance with the terms of your GSA Federal Supply Schedule contract, you are requested to submit a firm-fixed price quote to provide the U.S Army Program Executive Office Aviation (PEO AVN): TopVue Software; TopVue Enterprise Licenses, TopVue Maintenance, TopVue Configuration Services and Training, in accordance with the Performance Work Statement (PWS) for one base year and two option years. The office is located at 5681 Wood Rd., Redstone Arsenal, AL 35898. Redstone Arsenal, AL 35898. The vendor’s quote shall contain a statement confirming that they meet the below listed criteria and are capable of fulfilling all requirements of the PWS. The Government may make award based on initial quotes received, without further interaction with vendors; therefore, the initial quote should contain the vendor’s best terms, including any volume discounts and/or reductions to the established rates or prices. This procurement is conducted in accordance with the procedures at FAR 13.106-1(b)(1). Questions will be accepted through 4:00pm EST, September 21, 2021. Questions submitted after the said date and time are not guaranteed an answer. Quotes shall be submitted via the GSA eBuy no later than 5:00pm EST, September 23, 2021. Quotes received after the required submission date and time will be rejected without further review. It is the vendor’s responsibility to read the RFQ and all related documents carefully and completely and to monitor for any updates to the RFQ on a regular basis. Additionally, it is the vendor’s responsibility to ensure/verify the Government receives its submission on or before the date/time specified. “No-bid” replies shall be submitted via the GSA eBuy and should include a brief statement as to why your company chose not to submit a quote on the subject requirement. Submission of “No-bid” replies are requested by no later than 5:00pm EST, September 21, 2021. A complete quote shall consist of the following: Quotes shall include all items, including brand name items, as specified in the Performance Work Statement and in the quantities specified. Quotes shall include delivery terms and conditions. Quotes shall include a unit price, quantity, and extended price for each item listed in the Performance Work Statement and a total price for all items. Quotes should identify any discounts and/or reductions to established rates or prices. BASIS OF AWARD: The Government intends to place an order with the schedule contractor representing the best value to the Government. Best value is the lowest price technically acceptable quote. The vendor shall be capable of meeting all requirements of the Performance Work Statement (PWS) labeled PEO AVN PWS for TopVue (attached). The Contractor shall guarantee total Government customer satisfaction. Adjectival Rating Description Acceptable Quote meets the requirements of the solicitation, including the minimum technical requirements. Unacceptable Quote does not meet the requirements of the solicitation, including the minimum technical requirements.

Vehicle: IT 70

RFP release date: 9/16/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

AMILS – Asset Management & Integrated Logistics Support Services

Summary: The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires asset management & integrated logistics support services per the attached Statement of Objectives (SOO). This procurement is set-aside for Women-Owned Small Businesses (WOSB) – The associated North American Industrial Classification System (NAICS) code is 541614 with a size standard of $16.5M. ATF will issue a Single Award to the responsible WOSB whose GSA quote meets or exceeds the stated evaluation criteria. Questions [were] due by 1:00pm Eastern Standard Time (EST) Friday, 9/17/2021, in order to be addressed timely. QUOTATION INSTRUCTIONS: The contractor shall submit a complete response/quotation to this RFQ via eBuy, to include a Performance Work Statement, Quality Assurance Surveillance Plan, applicable Resumes, [three (3) past-performance references/executed contracts,] fill-ins for FAR clause, #52.209-7(b), & for ATF clause, #ATF-50, [a pricing narrative, the completed Pricing Table] and all-applicable price discounts/reductions. Submissions can be in Microsoft Word, Adobe or Excel (as applicable). Submissions shall not exceed 30 pages and shall be 8″ x 11″ with: 1″ margins; font style Arial, Bookman Old Style, Calibri, Garamond, Georgia, Mont, or Times New Roman; font colors Black and/or Blue; and font size 10-14. Illustrations (e.g., graphic figures, graphs, and tables) can be in font colors other than black or blue, and font sizes 6-12 acceptable, provided the information is legible via the computer. Headers, footers and title/cover pages are not bound by the font-style/color/size requirements and may be outside the page margins. NOTE: Information contained outside of these limitations may not be evaluated. Contractor does not need to submit multiple volumes if it clearly labels the sections and organizes the sections, to include cross referencing to the SOO where applicable. While resumes do not count against the aforestated page limit, they shall not exceed two (2) pages per person. [Additionally, only the resumes for the Program Managers are required with the vendor’s submission prior to award. Resumes for the remaining contracted Logistics Support (CLS) staff are required prior to the background investigation. Lastly, the Pricing Table does not count against the page limit either.] EVALUATION CRITERIA: The evaluation of quotations will be based on the below evaluation criteria, in order of importance. FACTOR 1: Technical-Management Approach The Government will evaluate the degree to which the Vendor effectively demonstrates knowledge, understanding and technical ability to successfully perform and manage the requirements of the Statement of Objectives (SOO) and Performance Work Statement (PWS). Additionally, the Government will evaluate appropriateness, soundness and reasonableness of the Vendor’s problem resolution, logistic considerations, corporate commitment to achieve the overall project objectives and methodology for providing resource support. Personnel Qualifications: The Government will evaluate the degree to which the resumes of the Vendor’s proposed personnel (Program Manager [and CLS staff]) demonstrate the individual’s ability to execute SOO [requirements] and [resulting] PWS based on the strength of relevant education and training, as well as depth and breadth of relevant experience. All qualifications must be IAW the SOO and [resulting] PWS. ATF will use the following adjectival ratings for Factor 1: Very Good, Satisfactory, Marginal, and Unsatisfactory. FACTOR 2: Past Performance [The vendor shall submit three (3) past-performance references/executed contracts for this Factor.] It shall also provide a detailed summary of the work performed for each past-performance reference submitted. Where possible, ATF intends to interview each reference provided to verify project scope and dollar value and to obtain additional past-performance information. The Vendor shall provide [the] telephone number, fax number, and email address for the technical and[/or] contractual points of contact with each referenced project, as well as a description for each referenced contract/task order[; this applies to past performance it submits for proposed] significant subcontractors that will perform major (> 25%) or critical aspects of the requirement. The government may consider the past performance of other companies when they are team members, affiliates, or significant subcontractors[]as such information would be relevant to the acquisition; however, the vendor must clearly explain how these other companies will be significantly involved in the proposed contract. The Government will evaluate the firm’s quotation to determine the extent to which its recent (no more than three, 3, years) and relevant (similar in size, scope and complexity) performance demonstrates the likelihood of successful performance in fulfilling the requirements of this solicitation. The Government may choose to evaluate publicly-available reports[] and/or data from the Contractor Performance Assessment Reporting System (CPARS). The Government may use present and/or past-performance data obtained from a variety of sources, not just those contracts identified by vendor. The information gathered for past performance may also be used in the responsibility determination. ATF will use the following adjectival ratings for Factor 2: Very Good, Satisfactory, Marginal, Unsatisfactory, and Neutral. FACTOR 3: Price (Non-Technical, Non-Rated) The Vendor’s price quotation will not receive an Adjectival Rating. Instead, it will be evaluated in accordance with FAR subpart 8.405-2. This process involves verifying figures are calculated correctly, prices are reasonable and presented in an adequate format, and prices and/or discounts are included for all SOO [requirements] and [resulting] PWS. The Vendor shall present all information in an organized fashion so ATF will understand the price of the work to be performed. It shall also fully price out its solution [using the Pricing Table], ensuring it considers and addresses all of the requirements. The price quotation must contain sufficient and detailed information/material [including a narrative, the labor categories, rates, and hours] to allow the CO to perform an analysis of the proposed price of the work and determine price reasonableness. The Vendor shall also submit pricing for the [Additional/Ad-Hoc Support described in Section 3.2.2 of the SOO] using the Pricing Table]. ATF will evaluate all of the pricing but may not fund the optional CLINs or optional tasks and/or deliverables (if applicable) due to budgetary constraints and changing mission needs. [Vendors shall use the attached Pricing Table and include it with its submission.] While the Government will consider the option at FAR clause #52.217-8 to have been evaluated through the evaluation of rates proposed for the last ordering/option period, said evaluation shall not obligate the Government to exercise the option(s). Factors 1 and 2, when combined, are significantly-more important than Factor 3. The Government reserves the right to: award without revisions to quotations and limit the competitive range, if any, for purposes of efficiency. TERMS AND CONDITIONS: To be considered for award, the Contractor must be either the manufacturer or a manufacturer/Federally-authorized distributors of the equipment/services it’s offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer within this RFQ and on the award. Sellers may be required to provide documentation as proof of authorization prior to Award. Items, if applicable, must be NEW and covered by the manufacturer’s warranty. Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com