SIN

CDC Federal Relay Services

Summary: CDC has a need for Relay Conference Captioning (RCC) and Video Remote Interpretation (VRI) services for a one-year base with four one-year options. The intent of this posting is to gauge the interest and capabilities of Small Businesses (SB) and other Small Disadvantaged Businesses (SDB) to perform the work. The CDC’s requirement will be released as a set-aside, and interested parties within a disadvantage group should respond in order to narrow the set-aside to the appropriate category of responsive vendors. CDC requires responses from at least three vendors in order to narrow the set-aside to a specific category. If no responses are received, the requirement will be released for full and open competition on GSA eBuy SIN 541930. At this time, the only response requested is an interest in and capability to perform the work described in the Draft Statement of Work (Attached) via attestation and eBuy Response. Please do not respond with a quote or other financial or technical information. A further requirement shall be released soliciting responses for technical and financial information. No award shall result from this posting.

Vehicle: PSS

RFP release date: 10/5/2021

Proposal due date: 10/11/2021

Related Attachments:

Read more

Video Remote Interpreting (VRI) and Relay Conference Captioning (RCC) services

Summary: REQUEST FOR INFORMATION (RFI) #1605-CRC-21-NAT-0020 for VIDEO REMOTE INTERPRETING (VRI) and RELAY CONFERENCE CAPTIONING (RCC) SERVICES US Department of Labor (DOL) Office of the Senior Procurement Executive (OSPE) Office of Acquisition Services (OAS) The US Department of Labor (DOL) Office of the Senior Procurement Executive (OSPE) Office of Acquisition Services (OAS), on behalf of the Office of Assistant Secretary of Administration and Management (OASAM) Civil Rights Center (CRC) is seeking information regarding Video Remote Interpreting (VRI) and Relay Conference Captioning (RCC) services. This Request for Information (RFI) is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning, and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the DOL. The purpose of this RFI is to help the DOL understand the industry best practices, technical solutions, and sources capable of meeting the Department’s requirements. Specifically, the Government is seeking to determine if there are any questions about the DOL’s requirements, determine if industry notes any omissions in the requirements, and information about sources available to meet the DOL’s requirements. SOURCES SOUGHT: This notice serves to determine the availability and capability of qualified small businesses (including Small Business Administration Certified 8(a) Companies; firms in Historically Underutilized Business Zones (HUBZone); Service-disabled veteran-owned small businesses; and Women-owned small businesses) to provide VRI and RCC services, under GSA’s Multiple Acquisition Schedule (MAS) Language Interpretation Services Special Item Number (SIN) 541930. BACKGROUND: OASAM CRC has a requirement for a qualified vendor to provide VRI and RCC services to DOL’s Reasonable Accommodation Resource Center (RARC). RARC provides guidance and information about, and facilitates the provision of, reasonable accommodations for DOL employees and applicants for DOL employment who have disabilities. By doing so, RARC supports the Department’s commitment to persons with disabilities and efforts to create and maintain an inclusive, diverse work environment where all employees can reach their potential and maximize their contributions. REQUIREMENTS: The Department of Labor is seeking VRI and RCC services as described in the attached Performance Work Statement (PWS). REQUESTED INFORMATION: The information that CRC is seeking from industry is as follows: 1. A rough order of magnitude or estimate to support VRI and RCC services outlined within PWS. Specifically, from a pricing standpoint, this should be a non-binding estimated budget for the services outlined in the PWS. 2. Capabilities Statement from Vendor/Company Profile. 3. Past Performance history on VRI / RCC related contracts/task orders. 4. Comments and Feedback on PWS. RESPONSES: In addition to the requested information, responses shall also include the following: 1. Company name, mailing address, e-mail address, telephone and website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Company’s GSA Federal Supply Schedules contract number and Special Item Numbers. 3. Customary practices, including warranty, discounts, contract type under which commercial sales of this services are made. 4. Business size and status (i.e. 8(a), Small Disadvantaged Business, Woman-Owned Small Business, HUBZone, and/or Service-Disabled Veteran-Owned Small Business). 5. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System of Awards Management at www.beta.sam.gov to be considered as potential sources. This Notice is not to be misconstrued as a Request for Quote. There is no solicitation at this time. This request for information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the DOL’s review of the information received. The DOL reserves the right to contact one or more of the respondents if additional information is required. Information obtained as a result of this notice may be reflected in the subsequent solicitation if issued. This announcement is Government market research, and may result in revisions to both its requirements and its acquisition strategy based on industry responses. Responses are due on September 28, 2021 at 2pm Eastern Time. Responses shall be sent via email to Emily Pyatigorsky, Contract Specialist, at pyatigorsky.emily@dol.gov. Please indicate in the subject of your email: Request for Information VRI and RCC Services 1605-CRC-21-NAT-0020 Attachments: PWS and Q&A

Vehicle: PSS

RFP release date: 9/23/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

Sales Center Support Services

Summary: This is a Request for Quotation (RFQ) for Sales Center Support Staff (one position) for the Federal Acquisition Service (FAS), Region 7 GSA’s Office of Personal Property Management The principal place of performance is on-site at the Denver Federal Center located at One Denver Federal Center, Building 41, Denver, CO 80225. The period of performance will be from Date of Award through 12-months with four, 1-year option periods that may be exercised at the Government’s discretion. This acquisition is being conducted under FAR 8.4, the Federal Supply Schedules program. The Ordering procedures at FAR 8.405-2, Services requiring a Statement of Work, apply. This acquisition will be awarded as a single, Firm-Fixed Price Task Order. For this requirement the contractor shall hold a GSA Multiple Award Schedule (MAS) contract under the Special Item Numbers (SIN), 541611, Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services OR 561210FS, Facilities Support Services. NO Open Market services shall be quoted. In accordance with Section 1331 of Public Law 111-240, GSA at its discretion is conducting this procurement as a total set-aside for Small Businesses. Vendors submitting quotes must be designated as Small Businesses in accordance with their MAS contract. Only Small Business firms will be considered for award. See FAR Clause 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020), in Section D of the RFQ for more information. Respondents shall quote a Firm-Fixed pricing structure for this requirement. Additionally, all vendors are required to include with their quote, a copy of their current GSA Price List. Your GSA Price List must include the itemized labor categories being quoted. Please read the RFQ attachment and respond electronically via eBuy by the stated deadline of Thursday, September 30, 2021 @ 4PM Central Time.

Vehicle: PSS

RFP release date: 9/14/2021

Proposal due date: 9/30/2021

Related Attachments:

Read more

Project Management Training, – 508 Compliant Video Remediation

Summary: The Denver Service Center (DSC) of the National Park Service (NPS) is seeking competitive quotes for the services described herein. Your firm, along with others holding a current contract under the applicable General Services Administration (GSA) Federal Supply Schedule SIN 541930 Professional Services – Languages Services. If you have any questions, please contact Jason Longshore at jason_longshore@nps.gov. All questions regarding this RFQ MUST be submitted by Friday, September 17, 2021, by 2:00 p.m. MT. All questions must be submitted to Jason Longshore at jason_longshore@nps.gov and copy michelle_carlson@nps.gov. All proposals shall be submitted through GSA Ebuy by Thursday, September 23, 2021, 12PM MT.

Vehicle: PSS

RFP release date: 9/13/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

QA Mechanical Inspections – GSA – Montana Facilities

Summary: MECHANICAL QA INSPECTIONS REQUIRED FOR THE FOLLOWING MONTANA LOCATIONS, FOR THE PERIOD OF NOVEMBER 1, 2021 THROUGH OCTOBER 31, 2022: CLIN 0001 – Chief Mountain Land Port of Entry (LPOE) – Chief Mountain, MT (2 each) CLIN 0002 – Havre Border Patrol Sector Headquarters (BPSHQ) – Havre, MT (6 each) CLIN 0003 – Piegan Land Port of Entry (LPOE) – Piegan, MT (6 each) CLIN 0004 – Raymond Land Port of Entry (LPOE) – Raymond, MT (6 each) CLIN 0005 – Roosville Land Port of Entry (LPOE) – Roosville, MT (6 each) CLIN 0006 – Sweetgrass Land Port of Entry (LPOE) – Sweetgrass, MT (3 each) CLIN 0007 – Turner Land Port of Entry (LPOE) – Turner, MT (6 each) CLIN 0008 – Hourly Rate for Inspections on O&M Performed Service Task Orders (while onsite for QA inspections). CLIN 0009 – Optional – Additional Site Visits, if needed, for Chief Mountain LPOE. Per Site Visit Price. CLIN 0010 – Optional – Additional Site Visits, if needed, for Havre BPSHQ. Per Site Visit Price. CLIN 0011 – Optional – Additional Site Visits, if needed, for Piegan LPOE. Per Site Visit Price. CLIN 0012 – Optional – Additional Site Visits, if needed, for Raymond LPOE. Per Site Visit Price. CLIN 0013 – Optional – Additional Site Visits, if needed, for Roosville LPOE. Per Site Visit Price. CLIN 0014 – Optional – Additional Site Visits, if needed, for Sweetgrass LPOE. Per Site Visit Price. CLIN 0015 – Optional – Additional Site Visits, if needed, for Turner LPOE. Per Site Visit Price. This Procurement is Total Small Business Set-Aside under FSS Contract/MASS: 561210FS w/Complementary SIN: OLM (Order-Level Materials). Please provide a detailed price breakout for each CLIN to include all labor categories, travel, etc. The most current Service Contract Wage Determinations for each location have been attached. The full RFQ1521728 package is attached to this posting, which includes: RFQ Task Order Requirements with Evaluation Factors; Scope; O&M PWS, Mechanical Inspection Form, Equipment Inventory; SCA Wage Determinations; and SBU Form. Quotes are due back by: Monday, September 27, 2021 at 4:00pm MST. Please send Request for Information to Shawna Horvath, CO (shawna.horvath@gsa.gov), NLT 9/21/21, to allow time to prepare and issue responses. Electronic copy of full proposal (via email and/or Ebuy), and mailed hard copies are all acceptable means of submitting proposals.

Vehicle: PSS

RFP release date: 9/12/2021

Proposal due date: 9/27/2021

Related Attachments:

Read more

Federal Financial Bank Loan Study

Summary: The National Geospatial-Intelligence Agency (NGA) is seeking sources under the U.S. General Services Administration (GSA) Multiple Award Schedules (MAS), Special Item Numbers (SIN) that have corresponding North American Industry Classification System (NAICS) 541611 to provide expert consulting and professional services as part of an exploratory study to determine NGA’s capability to sponsor a Geospatial Infrastructure Loan Program (GILP) in accordance with the attached Draft Performance Work Statement (PWS). The required expertise will be undertaking an exploratory study for a Federal Finance Bank (FFB) loan program similar to that carried out by the Treasury Department FFB CARES Act Loans Program (2020): Airline Loans and Loans of National Security. The expert consulting assistance shall make an informed recommendation and decision for a GILP. This study will be guided by OMB Circulars A-129 & A-11, which describes the Office of Management & Budget’s guidance for establishing new loan programs and shall include a review of a draft authorizing statute. Please answer the following questions: 1. Does your company have specific experience with the Federal Finance Bank (FFB) loan program to meet the requirements in the attached PWS? 2. Are you a small business under the SIN/NAICS code? If so, do you represent as any other type of small businesses? 3. Please send up to a maximum of a 7 page document that provides your company’s capabilities to include examples of previous government contract(s) for similar work performed.

Vehicle: PSS

RFP release date: 9/8/2021

Proposal due date: 9/15/2021

Related Attachments:

Read more

DMEA Enterprise Architecture Implementation Support

Summary: Description: The Defense Microelectronics Activity (DMEA) is looking for an experienced contractor to establish an Enterprise Architecture (EA) and implementing enterprise-wide systems and solutions, enabling DMEA to better accomplish its mission. This acquisition is conducted under Federal Acquisition Regulation Subpart 8.4 Federal Supply Schedules. The RFQ is available only to certified Women Owned Small Business (WOSB) contract holders under GSA’s Multiple Award Schedule (MAS), SIN 54151S Information Technology Professional Services, which includes NAICS Codes: 541511 (Custom Computer Programming Services), 541512 (Computer Systems Design Services), 541519 (Other Computer Related Services), 541513 Computer Systems Design Services. The Small Business size standard for NAICS 54151S is if prospective contractor’s earnings did not exceed $30.5 million. The Product Service Code (PSC) is DF10, IT and Telecom- IT Management As a Service. SBs must be certified WOSBs in SBAs Dynamic Small Business (DSBS) database in order to be awarded. The contractor shall have previous experience with EA implementation for a small engineering enterprise of 200-300 employees, preferably using Erwin Evolve software. Contractors having the ability to provide services are encouraged to respond to this RFQ providing sufficient detail limited to 10 pages. Responses will be evaluated as per the attached Evaluation Criteria. See the attached DD254 for the security requirements, awaredee must be able to meet the security classification therein.

Vehicle: IT 70

RFP release date: 8/30/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

USAF- AFLCMC/DET 12 – Kessel Run – Balanced Team Enablement – RFI #1

Summary: The Government is issuing the attached Request for Information (RFI) to GSA MAS IT Professional Services Special Item Number (SIN 54151S) holders. This RFI is to help understand the market’s ability to provide enablement services for all elements of the balanced team structure (i.e., Product Management, User-Centered Design, and Software Development). By enablement, it should be understood that the Government is interested in experienced personnel providing mentorship and training services (e.g., paired programming) to upscale detachment personnel to develop the Government’s skill base. The Government is seeking to engage enablement services for the purpose of skill upscaling throughout the detachment, across all three major functional areas of agile balanced teams, including Product Management (PM), User-Centered Design (UCD), and Software Development. The Government is most interested in the market’s ability to partner with the Air Force, Kessel Run, to provide enablement services based on continuous skills assessments of Kessel Run personnel to target areas of greatest need. Please note: there is no solicitation available at this time, and any request for a solicitation will not receive a response. Moreover, the issuance of this RFI does not restrict the Government to its ultimate acquisition approach, and funds are not currently available for this effort. Additionally, this RFI may be posted to multiple contract vehicles; we ask that companies only submit a single response. Responses to this RFI are requested to be submitted to the following points of contact either by e-mail to joshua.naim@us.af.mil; jnaim@kr.af.mil and mary.stripinis@us.af.mil or through the DoD Secure Access File Exchange (SAFE) website (https://safe.apps.mil/) to the same email addresses. Responses to this RFI are to be submitted no later than 07 September 2021. Extensions may be granted upon request; all extension requests should be submitted to the points of contact above.

Vehicle: IT 70

RFP release date: 8/20/2021

Proposal due date: 9/7/2021

Related Attachments:

Read more

GLS ACQUISITION SUPPORT SERVICES

Summary: GENERAL DESCRIPTION The contractor shall perform the effort required by this Task Order on a Time and Materials basis. This work shall be performed in accordance with all sections of this Task Order and the offerors’ BPA awarded under Schedule MAS SIN 541611-Acquisition Management Services PURPOSE The purpose of this BPA Task Order is to obtain acquisition support services to provide a total of one-to-two (1-2) senior procurement analyst to perform a wide range of professional acquisition and contract support related services for the Office of Acquisition, GLS as stated in the Statement of Work. SCOPE The scope of this requirement is to provide acquisition support services to the Financial Management, Contracting and Supply Division which is responsible for the conduct of the GLS’ acquisition programs (both contracts, simplified acquisitions and financial assistance). Acquisitions are processed under both negotiated, Simplified Acquisition Procedures, and sealed bidding procedures. The procurement office utilizes a wide variety of complex fixed priced and cost-reimbursement type contract instruments. Most procurements involve engineering, facility management, construction and architect and engineering type efforts. GLS executes its acquisitions in compliance with the Federal Acquisition Regulation (FAR), and DOT’s Transportation Acquisition Regulations (TAR) and Transportation Acquisition Manual (TAM). Independently, and not as an agent/representative of the Government, the contractor shall furnish the necessary personnel to perform the tasks outlined below and work in collaboration with GLS contracting and program staff on an as needed basis. Evaluation Criteria Award will be made upon the basis of best value, utilizing trade-offs of non-price factors and price. The TO will be awarded to the Vendor whose quotation represents the overall best value to the Government. The non-price factors are listed in descending order of importance and when combined are equally important to price. Past Experience: The Government will evaluate the extent to which the Contractor’s previous experience with projects of a similar size, scope and complexity demonstrate its capability to successfully perform the requirements of this task order. o Corporate Experience Sample 1 Submission Instructions: The contractor shall submit a detailed descriptive listing of no more than three (3) projects performed within the past five (5) years that are similar in nature to the one described in this solicitation. “Similar” is defined as projects comparable in terms of such factors as duration, dollar value, types of services performed or level of Contractor responsibility and authority. The detailed description submitted for each project shall include, at a minimum, the following information: i. Contract number ii. Estimated annual dollar value of contract iii. Description of services (including location) provided and the offeror’s level of responsibility and authority on the project. iv. (If applicable) List of subcontracted services and subcontractors used, along with estimated annual cost of each subcontracted service. v. Type of contract (e.g. cost reimbursable, incentive fee, award fee, time and materials, fixed price, etc.). vi. Date of contract start and completion, including options. vii. Name, title, address, phone number, and email of customer contact. It is incumbent on the offeror to ensure the customer information is current and accurate. Technical Capability: The offeror’s quote will be evaluated on the extent to which its approaches and plans to complete the work demonstrate that the Government’s requirements will be met. The Government will also evaluate how the offeror plans to assess difficulties and risks it may encounter, and how the offeror plans to deal with them while still successfully performing the work. o The offering contractor shall provide information to facilitate the Government’s consideration. The Government is most interested in substantive and meaningful discussion of how the offering contractor will approach the work requested. The Government is also interested in the offering contractor’s assessment of the difficulties and risks it may encounter, and its approach to dealing with them while still successfully performing the work. Personnel Experience: This Factor considers the Key Personnel proposed by the quoter; consideration will be given to the demonstrated experience and qualifications of the proposed Key Personnel on relevant projects of similar nature to the project in this solicitation. Proposed Key Personnel will be evaluated as to qualifications and experience in all areas necessary to effectively perform the required work. It is expected that the proposed key Personnel will be the individuals who perform work under this contract. Any changes to the proposed Key Personnel after award MUST be approved by the Contracting Officer and shall only be approved upon demonstration of as-good or better qualifications when the new individual is compared to the qualifications and experience of the original proposed individual. Key Personnel, and the requisite minimum qualifications and experience, for this project shall include the following: Senior Procurement Analyst-minimum 12 years’ experience and previous FAC level III certification. o Personnel Experience: For this evaluation factor, the contractor shall provide the names and qualifications of the Key Personnel proposed for this project in the form of resumes. Resumes for each individual must include educational qualifications, if applicable. The contractor must clearly present the separate credentials of each proposed key team member, and must provide a concise summary of each individual’s separate duties and responsibilities as proposed for this project. The contractor shall describe up to three (3) project examples demonstrating the experience of each individual designated as key personnel. Projects should be relevant examples of similar size, scope, and complexity. Additional information regarding Tasks, Deliverables and Evaluation Criteria can be found in GLS Acquisition Support Services-RFQ Final that is provided as an attachment along with the Statement of Work and Sample Non-Disclosure Statement.

Vehicle: PSS

RFP release date: 8/19/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

Land Use and Economic Development Oversight

Summary: INSTRUCTIONS TO QUOTING OFFERORS 1. Quote Submission: Offerors will be tasked with providing a technical, past performance and price quote for the period of performance of one (1) 12-month base period and (4) one-year option periods. Contractors are requested to submit prices to provide the services outlined in the Statement of Work (SOW). The price extended to the Government shall be based on the prices negotiated under the contractor’s current General Services Administration (GSA) Multiple Award Schedule (MAS) Contract under Professional Services Category subcategory Business Administration Special Item Number (SIN) 541611 and shall consider the mix of labor categories and level of effort required to perform the services described in the SOW. *Note: Additional discounts concerning your firm’s price proposal to the ordering agency is greatly encouraged and welcomed. The prices proposed should also include any travel costs or Other Direct Costs (ODCs) charges related to performance of the services ordered, unless the order provides for reimbursement of travel costs at the rates provided in the federal travel or joint travel regulations. 2. Instructions for quote preparation: The offeror’s proposal must be submitted electronically via email only by the due date of 1:00PM Eastern Standard Time (EST) on Tuesday, September 14, 2021 to Ms. Alveatta Palmer, Contract Specialist at alveatta.palmer.ctr@dot.gov with a copy to Mrs. Stephanie Cooke-Nwadibia, Senior Contracting Officer, via email atstephanie.cooke-nwadibia@dot.gov. You can submit your firm’s proposal also through GSA eBuy as a backup method. The technical, past performance and price proposal volumes must be separate electronic files. *NOTE: For this requirement, your company’s quote must be sent electronically only to the email addresses listed above. Hand carried or mailed proposals WILL NOT be accepted by the Government in response to the RFQ. Thus, please ensure that your company allows adequate time to submit a quote response by the due date and time via email. 3. Questions: Questions regarding this RFQ must be submitted electronically by 1:00PM Eastern Standard Time (EST) on Tuesday, August 24, 2021to allow for research and dissemination of the answers. Please send your written questions for response to the assigned Contract Specialist, Ms. Alveatta Palmer via email at alveatta.palmer.ctr@dot.gov and the Senior Contracting Officer, Mrs. Stephanie Cooke-Nwadibia via email at stephanie.cooke-nwadibia@dot.gov. *Note: The Government will not provide verbal nor written responses to telephone calls from the prospective offeror prior to an email message sent to the respective parties previously mentioned. The offeror’s quote response must be received by 1:00PM (EST) Eastern Standard Time (EST) on Tuesday, September 14, 2021. The quote response must be submitted with the Standard Form (SF) -18 form signed which we provided with this solicitation concerning the respective blocks noted on the form signed by an authorized individual from your company, or as otherwise specified in the RFQ. Additionally, the Offeror must fill out (Attachment 0001) Loaded Rate Matrix and (Attachment 0002) Resume Template (Attachment 0003) Past Performance Questionnaire. As a minimum, the quote must show the following in the cover page: Submission requirements: A. RFQ Title and number B. Tax Identification Number C. Data Universal Numbering System (DUNS) Number D. Name of persons having authority to enter into Government contracts E. Contact Names F. Contact Email Address G. Contact Phone H. Contact Fax Number I. Complete Business Mailing Address 4. Electronic Submission of Quote By submission of a quote electronically, the offeror must ensure that the submission is readable, in the format specified in the solicitation, and has been verified as free of computer viruses. Prior to any evaluation, the Government will check all files for viruses and ensure that all information is readable. In the event that any files are defective (unreadable), the Government may only evaluate the readable electronic files. Further, if defective (unreadable) electronic files renders a significant deficiency in the offeror’s quote, the Government may consider the quote incomplete and not consider such a quote for further evaluation. 5. Restriction of Disclosure/Proprietary Information – If the offeror wishes to restrict the disclosure or use of its quote, use the legend permitted by the Federal Acquisition Regulation (FAR) 52.215-1(e). Individual subcontractor/vendor proprietary information may be submitted via separate marked electronic files. The information contained in these electronic files must be referenced (by volume title, page and section number as appropriate) within the main proposal where the information would have been included if it were not subcontractor/vendor proprietary. The information in these separate electronic files is subject to all other requirements of the RFQ and must be well-marked to clearly indicate any special handling instructions. 6. Cross Referencing – Each volume, other than the Volume III Price, shall be written to the greatest extent possible on a stand-alone basis so that its content may be evaluated with a minimum of cross-referencing to other volumes of the proposal. Cross-referencing within a proposal volume is permitted where its use would conserve space without impairing clarity. Hyper linking of cross-references is permissible. Information required for proposal evaluation, which is not found in its designated volume or cross-referenced, is assumed omitted from the proposal. *Note: FACSIMILE PROPOSALS WILL NOT BE ACCEPTED BY THE GOVERNMENT.

Vehicle: PSS

RFP release date: 8/16/2021

Proposal due date: 9/14/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com