Washington, DC Bids > Bid Detail

Historical Services - Onsite

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159269583532724
Posted Date: Oct 24, 2022
Due Date: Nov 7, 2022
Solicitation No: N0018923RZ008
Source: https://sam.gov/opp/4d4210dccf...
Follow
Historical Services - Onsite
Active
Contract Opportunity
Notice ID
N0018923RZ008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
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: Oct 24, 2022 05:01 pm EDT
  • Original Date Offers Due: Nov 07, 2022 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 22, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B521 - SPECIAL STUDIES/ANALYSIS- HISTORICAL
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Washington , DC 20318
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.





The RFQ number for this announcement is N00189-23-R-Z008. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-08 effective 23 September 2022. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the following address: https://www.acquisition.gov/. The NAICS code is 541990 and the Small Business Standard is 1,250 employees. This procurement is being competed on a 100% total Small Business Set Aside basis.





The NAVSUP Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office is issuing this combined synopsis/solicitation for the Joint Staff (JS) to acquire services of a Senior Historian or seasoned national security professional with equivalent training and experience in the realm of national defense policy, necessary to deliver timely and accurate historical support to the Joint Staff (JS) and Joint Chief of Staff (JCS). The primary place of performance will be the Joint Staff History and Research Office (JHRO), The Pentagon, Washington, D.C. The proposed contract will have a coverage period that is a one-year in length, commencing 01 December 2022 through 30 November 2023 and will include four, one-year option coverage periods to extend the term of the resultant award to 30 November 2027, if exercised. It is intended to award a firm-fixed price Purchase Order.





It is intended to award a single, Firm Fixed Price Purchase Order award as a result of this combined synopsis/solicitation with the following CLIN structure:





Base Year CLIN 0001 – Senior Historian Services – QTY 12 Months



12/01/2022 or date of award, whichever is later, through 11/30/2023





Option 1 CLIN 1001 – Senior Historian Services – QTY 12 Months



12/01/2023 through 11/30/2024





Option 2 CLIN 2001 – Senior Historian Services – QTY 12 Months



12/01/2024 through 11/30/2025





Option 3 CLIN 3001 – Senior Historian Services – QTY 12 Months



12/01/2025 through 11/30/2026





Option 4 CLIN 4001 – Senior Historian Services – QTY 12 Months



12/01/2026 through 11/30/2027





The Inspection and Acceptance terms for all CLINs are FOB Destination (Joint Staff History and Research Office), at Government and by the Government.



The Performance Work Statement requirements are as follows:





GENERAL INFORMATION






  1. Description of Services





1.1 Background



The Joint History and Research Office (JHRO) provides a broad range of historical support to the Joint Staff (JS) and Joint Chiefs of Staff (JCS). This includes fulfilling requests for information, preparing historical briefs, conducting special historical studies, and documenting the Joint Chief’s contribution to national policy through the research, writing, and publication of topical monographs, institutional histories, and The JCS and National Policy series. These and other historical products inform the strategic planning process and educate government personnel on aspects of joint military operations.



1.2 Purpose



This requirement provides the JHO with the services of a Senior Military Historian, or seasoned national security professional with equivalent training and experience in the realm of national defense policy, necessary to deliver timely and accurate historical support to the JS and JCS.





1.3 Objective



The contractor will provide historical support services that include, but are not limited to, leading tours, delivering presentations, coordinating conferences, preparing for, conducting, and transcribing oral history interviews, and undertaking research, writing, and editorial activities necessary to fulfill requests for information, prepare information papers, and produce special historical studies as specified by the Director for Joint History.





1.4 General Information





1.4.1 Period of Performance



The period of performance shall be for one base year following the date of award. Four one-year option periods may be exercised at the discretion of the government.





1.4.2 Place of Performance



The primary place of performance will be the Joint History Office; Room 1A466, The Pentagon, Washington, D.C. Situational telework may be permitted at the discretion of the Director for Joint History, when determined to be in the Government’s best interest and at no additional cost. This does not guarantee telework privileges for contracting personnel, which must be approved in advance and coordinated through the COR.





1.4.3 Key Personnel Requirement



The key personnel requirement is for a Senior Military Historian. The labor description and qualifications are as follows:





Senior Historian



The Contractor should possess a graduate degree or equivalent professional training in history or a related field of study, ten years of work experience relating to national security policy, practical knowledge of contemporary military, governmental, and foreign affairs (at the strategic level), and a working familiarity with the Joint Staff and the Joint Chiefs of Staff. The contractor should have extensive experience exploiting official government on-line and physical document repositories, preparing, conducting, and transcribing oral history interviews with senior leaders, delivering oral presentations, answering requests for information, and especially researching, writing, and editing focused information papers and special historical studies.





1.4.4 Contracting Officer’s Representative (COR) Nominee



Joshua D. Esposito, PhD



Joint History Office



Room 1A466, the Pentagon



Washington DC 20318-9999



703-695-2137



joshua.d.esposito.civ@mail.mil





1.4.5 Alternate Point of Contact (POC)



Dale Andrade



Room 1A466, the Pentagon



Washington, DC 20318-9999



703-692-5031



dale.andrade.civ@mail.mil





1.4.6 Hours of Operation



A work week will be no more than 40 labor hours, performed Monday through Friday between the hours of 6:30 A.M. and 17:30 P.M. During the Base and Option Periods the contractor shall work 1,920 hours or the equivalent of 40 hours per week for 46 weeks. The Contractor is responsible for coordinating Pentagon access with the above POCs as required for access to the facility as well as Government furnished items further delineated in Section 3.0 below.





1.4.7 Travel



Contractor may be required to travel within the National Capitol Region (NCR) at no cost to the Government to conduct off-site interviews or archival research and attend professional meetings or training.





1.4.8 Federal Holidays



The Contractor will not have access to Pentagon work spaces on the following days:





New Year’s Day Labor Day



Martin Luther King Jr. Day Columbus Day



President’s Day Veteran’s Day



Memorial Day Thanksgiving Day



Independence Day Christmas Day





1.4.9 Type of Contract



The Government anticipates award of a Firm Fixed Price (FFP) contract.





1.4.10 Security Requirements





1.4.10.1 Clearance Level



All Contractor personnel shall possess a current TOP SECRET (TS) clearance based on a Single Scope Background Investigation (SSBI) completed within the last 5 years with SENSITIVE COMPARTMENTED INFORMATION (SCI) eligibility.





1.4.10.2 Facility Clearance



The Contractor shall possess or be eligible to receive and maintain a TOP SECRET (TS/SCI) facility clearance from the Defense Security Service (DSS) as verified within the Industrial Security Facilities Database (ISFD) at time of proposal submission.







1.4.10.2.1 If Self-Employed Consultant



In accordance with DSS Industrial Security Letter ISL 2006-02, 22 Aug 2006, Section 12: personal security clearance (PCL)/ facility security clearance (FCL) requirements for Self-Employed Consultants: "Cleared Contractors may process self-incorporated consultants for a PCL in accordance with National Industrial Security Program Operating Manual (NISPOM) paragraph 2-213 provided the consultant and members of his/her immediate family are the sole owners of the consultant's company, and only the consultant requires access to classified information. In such cases, a FCL is not required. Should other employees of the consultant's company require access to classified information, it would constitute a classified subcontract, and as such, a DD Form 254 must be issued by the prime Contractor and the consultant's firm will require an FCL. Self-Employed Consultants with a current in scope PCL do not require a FCL."





1.4.11 Physical Security



The Contractor shall be responsible for safeguarding all Government information or property provided for Contractor use. At the close of each work period, the Contractor shall identify, protect, and assure secure handling of all classified information IAW DOD 5200.1-R and other relevant regulations as required by Executive order policy or guidance. The Contractor shall be well versed in the rules and regulations governing the storage (all mediums) and protection of classified information. The Contractor shall also follow and adhere to Government site specific security policy and directives, which includes the Joint Staff Security Office (JSSO) policies for the JS. The Government will coordinate with site security offices as required to ensure the Contractor has or can access all applicable security regulations and directives upon award.





1.4.12 Periodic Progress Meetings



The contracting officer, COR and/or other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor’s performance. At these progress meetings the contracting officer will provide feedback to the Contractor on how the Government views the Contractor’s performance and the Contractor will apprise the Government of problems, if any, being experienced. The Government and the Contractor shall take appropriate action to resolve outstanding issues. These meetings shall be at no additional cost to the Government.





1.4.13 Identification of Contractor Employees



All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of the audience that they are Government employees. The Contractor must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. The Contractor shall be required to wear required Pentagon security badges (indicating Contractor status) when present, in the performance of this contract.





1.4.14 Deliverables



All deliverables shall become the property of the United States Government, and the Contractor shall provide the deliverables with unlimited data rights as defined in Defense Federal Acquisition Supplement (DFARS) 252.227-7013. Unless otherwise stated, the Contractor shall submit all deliverables in both hardcopy and electronic media in Microsoft Office Word format.





1.4.15 Disclaimer Statement



All reports and deliverables resulting from this contract shall contain the following disclaimer statement on its cover:





“The views, opinions and findings, contained in this report are those of the author(s) and should not be construed as an official Department of Defense (DOD) position, policy, or decision, unless so designated by other official DOD documentation."









PART TWO





DEFINITIONS AND ACRONYMS





ACJCS – Assistant to the Chairman of the Joint Chiefs of Staff





AO – Action Officer





CAAS – Contracted Advisory and Assistance Service





CCDR – Combatant Commanders





CJCS – Chairman of the Joint Chiefs of Staff





CLIN – Contract Line Item Number





COR - Contracting Officer’s Representative; A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison between the Contracting Officer and the Contractor.





CPAR – Contract Performance Assessment Review





COCOM – Combatant Commands





DFARS – Defense Federal Acquisition Supplement





Defective Service - A service output that does not meet the PWS standard of performance.





Delivery Date – The specific time of delivery and/or performance.





DJS – Director of the Joint Staff





DOA – Date of Award





DOD – Department of Defense





DSS – Defense Security Service





ECM - Enterprise Content Management System





Email – Electronic Mail





FAR – Federal Acquisition Regulation





FAX - Facsimile





FCL – Facility Security Clearance





FFP – Firm Fixed Price





GFE – Government Furnished Equipment





IAW – In Accordance With





IPS – Integrated Project Schedule





ISFD – Industrial Security Facilities Database





JCS – Joint Chiefs of Staff





JCS & NP – Joint Chiefs of Staff and National Policy





JHO – Joint History office





JP – Joint Publication





JPAS – Joint Personnel Adjudication System





JS – Joint Staff





JSAP – Joint Staff Action Processing





JSSO – Joint Staff Security Office





JTR – Joint Travel Regulations





Metrics - A system of parameters or means of quantitative and periodic assessment of a process that is to be measured, along with the procedures to carry out and interpret such measurement and assessment.





NSC – National Security Council





NCR – National Capital Region





NDA – Non-disclosure Agreement





NISPOM – National Industrial Security Program Operating Manual





NLT – Not later than





OCIO - Office of the Chief Information Officer





ODC – Other Direct Cost





Off-Site – Outside of a Government Facility





On-Site -- Within a Government Facility





PhD – doctorate





Performance Objective – The service and/or activity required.





Performance Requirement – The outcomes, or results, that lead to satisfaction of the objective(s).





Performance Standard – Establishes the performance level that the Government requires for the accomplishment of contract requirements. The standards shall be measurable and structured to permit an assessment of the Contractor’s performance.





Performance Threshold – The minimum acceptable level, error rate and/or deviation from standard.





Performance Work Statement (PWS) – A detailed work statement for performance-based acquisitions that describes the required results in clear, specific and objective terms with measurable outcomes.





PCL – Personal Security Clearance





PPR – Phased Periodic Reinvestigation





POC – Point of Contact





Quality Assurance (QA) - Those actions taken by the Government to assure services meet the requirements of the PWS.





Quality Assurance Surveillance Plan (QASP) - A document organizing how the Government will apply performance standards, the frequency of surveillance and the minimum acceptable defect rate(s).





Quality Control (QC) - Those actions taken by a Contractor to control the performance of services so that they meet the requirements of the PWS.





Quality Control Plan (QCP) – A document organizing the performance control processes to be applied for delivering the level of service required by the PWS.





RFI – Request for Information





SBPR – Single Scope Background Investigation





SCI – Sensitive Compartmented Information





SME – Subject Matter Expert





SSBI – Single Scope Background Investigation





SF – Special Form





SOP – Standard Operating Procedures





Task – How the contracting effort fits within the existing or intended customer environment both technically and organizationally; a specific piece of work to be completed within a certain time period.





TBD – To Be Determined





POC – Point of Contact





TS – TOP SECRET





US – United States





VCJCS – Vice Chairman of the Joint Chiefs of Staff





VDJS – Vice Director of the Joint Staff





Wide Area Work Flow (WAWF) – A secure Web-based system to allow contractors to submit electronic invoices, and provide the Government a means to electronically receipt for and accept supplies and services.









PART THREE





GOVERNMENT FURNISHED INFORMATION, FACILITIES, AND UTILITIES





3.0 General



The Government will provide the information, facilities and utilities as outlined below, as required and available. The Contractor shall provide anything that is not listed as Government furnished.





3.1 Information



The Government will provide access to the historically relevant documents and on-line databases at its disposal to provide the support outlined in this PWS.





3.2 Facilities



The Government will furnish the necessary workspace for the Contractor staff to provide the support outlined in this PWS to include desk space, telephones, computers and other items necessary to maintain an office environment.





3.3 Utilities



All utilities in the facility will be available for the Contractor’s use in performance of duties outlined in this PWS. The Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions that preclude the waste of utilities.













PART FOUR





DESCRIPTIONS AND SCHEDULE FOR DELIVERABLES





4.0 Task Descriptions





4.1 Kick-Off Meeting



The Contractor shall schedule and conduct a joint Government, Contractor kick-off meeting to review PWS requirements, develop a project schedule, and discuss a quality control plan.





4.2 Reporting



The Contractor shall prepare and submit a monthly progress report in a format specified by the COR.





4.3 Technical



Based on guidance from the Director or Deputy Director of Joint History, or the COR, the contractor shall provide the following range of historical services (4.3.1 through 4.3.8) to the JHRO program. In matters of writing style, level of documentation, and footnote usage, deliverables shall conform to JHRO guidelines and accepted academic standards for scholarly research (i.e., The Chicago Manual of Style).










      1. Archive Research







The contractor shall search public and official government document repositories (on-line and physical) for historical information relevant to JHRO research projects.





4.3.2 History Queries



The contractor shall collect, collate, and analyze data, and prepare concise research responses to requests for information received from members of the JS, JCS, DoD, and other executive agencies.





4.3.3 Information Papers



The contractor shall collect and collate data, and prepare short information papers to provide useful historical insights to members of the JS, JCS, DoD, and other executive agencies.





4.3.4 Organizational and Institutional History



The contractor shall conduct research and revise or update organizational and institutional histories on the JS and JCS.





4.3.5 Special Studies



The Contractor shall conduct research and write special studies on directed national security topics.





4.3.6 Oral History Interviews



The Contractor shall prepare for assigned interviews by researching primary and secondary sources to develop appropriate questions; conduct interviews alone or in conjunction with others, both in the JHO and offsite; format, edit, and revise transcripts; and ensure transcripts and audio recordings are properly accessioned into the oral history archive.





4.3.7 Oral Presentations



The Contractor shall prepare and deliver presentations on directed historical topics, to include leading historical tours.





4.3.8 History Conferences



The Contractor shall assist in coordinating historical conferences and training events.



PART FIVE



APPLICABLE DOCUMENTS



Applicable Documents





5.0 Reference to Detailed Specifications



The Joint Chiefs of Staff and National Policy Series. Washington, DC: Joint History Office, Office of the Chairman of the Joint Chiefs of Staff.





5.1 Specific Regulation or Guidance



CJCSI 5320.01C, “Guidance for the Joint History Program,” 30 Nov 2018.







TECHNICAL EXHIBIT 1



PERFORMANCE REQUIREMENTS SUMMARY





Task Paragraph



Tasks



Delivery Date



Performance Standard



4.1



Conduct kick-off meeting



DOA+10 days



On time



4.2



Prepare and submit progress reports



End of Month



Monthly



4.3



Technical



See Below



4.3.1



Archive Research



As Directed



On time – Professional Guidelines



4.3.2



History Queries



As Directed



On Time – Professional Guidelines



4.3.3



Information Papers



As Directed



On Time – Professional Guidelines



4.3.4



Organizational and Institutional History



As Directed



On Time – Professional Guidelines



4.3.5



Special Studies



As Directed



On Time – Professional Guidelines



4.3.6



Oral History Interviews



As Directed



On Time – Professional Guidelines



4.3.7



Oral Presentations



As Directed



On Time – Professional Guidelines



4.3.8



History Conferences



As Directed



On Time







The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition along with the following addenda to the clause:





52.217-9 Option to Extend the Term of the Contract



(a) The Government may extend the term of this contract by written notice to the Contractor within 30; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.



(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.





52.252-1 Solicitation Provisions Incorporated by Reference



52.252-2 Clauses Incorporated by Reference



52.247-34 F.o.b Destination



252.232-7006 Wide Area Workflow Payment Instructions (to be completed at time of award)



252.203-7000 Requirements Relating To Compensation of Former DoD Officials



252.203-7002 Requirement to Inform Employees of Whistleblower Rights



252.203-7005 Representation Relating To Compensation of Former DoD Officials



252.204-7003 Control of Government Personnel Work Product



252.204-7011 Alternative Line Item Structure



252.204-7012 Safeguarding of Unclassified Controlled Technical Information



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



252.204-7015 Disclosure of Information to Litigation Support Contractors



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



252.225-7048 Export-Controlled Items



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports



252.232-7010 Levies On Contract Payments



252.243-7002 Requests for Equitable Adjustment



252.244-7000 Subcontracts for Commercial Items And Commercial Components (DoD Contracts)



252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime





The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:



52.204-7 System for Award Management



52.204-13 System for Award Management Maintenance



52.204-16 Commercial and Government Entity Code Reporting



52.204-13 SAM Maintenance



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note)



52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note)



52.219-28 Post Award Small Business Program Representation (NOV 2020) (15 U.S.C. 632(a)(2))



52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r))



52.222-3 Convict Labor (JUN 2003) (E.O. 11755)



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving



52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126).



52.222-21 Prohibition of Segregated Facilities (APR 2015)



52.222-26 Equal Opportunity (SEPT 2016) (E.O. 11246)



52.222-35 Equal Opportunity for Veterans



52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).



52.222-50 Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627)



52.232-33 Payment by Electronic Funds Transfer—System for Award Management (OCT 2018) (31 U.S.C. 3332)



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving



52.232-39 Unenforceability of Unauthorized Obligations



52.239-1 Privacy or Security Safeguards





Quoters are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer, which includes the following certifications and representations:





52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



52.204-26 Covered Telecommunications Equipment or Services – Representation



252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



252.225-7055 Representation Regarding Business Operations with the Maduro Regime





The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.





The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition; (a) the following factors will be used to evaluate offers: Past Performance and Price. Past Performance is considered more important than price.





The following attachments apply to this combined synopsis/solicitation and are included herein



Attachment I – Contract Administrative Plan



Attachment II – Quality Assurance Surveillance Plan



Attachment III - DD 254





The time and date for receipt of the quote is 4:00 PM Eastern Standard Time on 07 November 2022. The quote shall be submitted via email to the attention of Yasmin Mohamed at Yasmin.mohamed.civ@us.navy.mil. The Government will not pay for information submitted in the response to this notice. Any questions or concerns regarding this procurement should be directed to Yasmin Mohamed who can be reached by email at Yasmin.mohamed.civ@us.navy.mil. The deadline for the receipt of questions in response to this combined synopsis/solicitation notice is 2:00 PM Eastern Standard Time on 27 October 2022.










Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 24, 2022 05:01 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 >