Oklahoma Bids > Bid Detail

Lease of Copiers, to include Lease, Maintenance and Overages

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159036853358618
Posted Date: Mar 11, 2024
Due Date: Mar 17, 2024
Source: https://sam.gov/opp/7aeb84068b...
Follow
Lease of Copiers, to include Lease, Maintenance and Overages
Active
Contract Opportunity
Notice ID
246-24-Q-0062
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
OK CITY AREA INDIAN HEALTH SVC
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 11, 2024 03:49 pm EDT
  • Original Published Date: Mar 05, 2024 03:24 pm EST
  • Updated Response Date: Mar 17, 2024 04:30 am EDT
  • Original Response Date: Mar 17, 2024 04:30 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 01, 2024
  • Original Inactive Date: Apr 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: W074 - LEASE OR RENTAL OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 532420 - Office Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Claremore , OK 74017
    USA
Description View Changes

This is for Commercial Grade Printers/Scanners; not tabletops. Each unit should have a tray for legal size paper and standard size paper. There are 13 units.





This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ). Submit only written quotes for 246-24-Q-0062 for Copier Lease and Maintenance RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. This solicitation is a 100% BUY INDIAN set-aside. The associated NAICS code is 532420 with a small business size standard of $32.5 Million.





This RFQ contains five (5) Line Items, for copier lease, maintenance and overages services for a base year plus four option years as follows:





CLIN



DESCRIPTION



QTY



UNIT



Unit Price



TOTAL



0001



09/01/2024 – 08/31/2025 – BASE YEAR – Lease of Copiers, to include Lease, Maintenance and Overages according to the attached statement of work.



12



MO







OPTION YEAR 1



0002



09/01/2025 – 08/31/2026 – OPTION YEAR ONE– Lease of Copiers, to include Lease, Maintenance and Overages according to the attached statement of work.



12



MO







option year 2



0003



09/01/2026 – 08/31/2027 – OPTION YEAR TWO – Lease of Copiers, to include Lease, Maintenance and Overages according to the attached statement of work.



12



MO







OPTION YEAR 3



0004



09/01/2027 – 08/31/2028 – OPTION YEAR THREE – Lease of Copiers, to include Lease, Maintenance and Overages according to the attached statement of work.



12



MO







option year 4



0005



09/01/2028 – 08/31/2029 – OPTION YEAR FOUR – Lease of Copiers, to include Lease, Maintenance and Overages according to the attached statement of work.



12



MO









PERIOD OF PERFORMANCE: (Base Period);



Base Year: 09/01/2024 through 08/31/2025



Option Year 1: 09/01/2025 through 08/31/2026



Option Year 2: 09/01/2026 through 08/31/2027



Option Year 3: 09/01/2027 through 08/31/2028



Option Year 4: 09/01/2028 through 08/31/2029





Vendor Requirements: See attached Statement of Work document for requirements, location, and instructions.





STATEMENT OF WORK IS ATTACHED TO THIS COMBINED SYNOPSIS SOLICITATION





Submit Quotes no later than: March 17, 2024 @ 4:30pm CST to the Following Point of Contract: misti.bussell@ihs.gov, Misti Bussell, Purchasing Agent.





Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):



(a) The Government will award a firm fixed price 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 Government reserves the right to select responses that exceed the minimum requirements and benefits the Government. The Government is not required to select the lowest price bid. The following factors shall be used to evaluate offers:







Comparative Analysis



- Price will evaluated on base plus option year pricing (combined).



- Comparison will be on the following factors:



- Equipment



- Operations and Maintenance



- Migration and Implementation



- Past Performance



- Offers shall submit a list of proposed equipment that meets the requirements of the statement of work. To be considered technically acceptable, the proposed equipment must meet or exceed the below requirements:





Current Copiers in use are as follows and proposed copiers must meet or exceed the following:






  1. Print or copy in black and white and/or color

  2. Print at least 55 ppm in black and white and 45 ppm in color

  3. Scanner capability

    1. Scanned files of TIFF, PDF, JPEG and XPS

    2. Scanner capability to email, FTP, HDD, individual user, SharePoint site, and USB



  4. Fax capability

  5. Memory storage of at least 2 GB and 250 HDD

  6. Warm up speed of 30 seconds or less

  7. Processor speed of at least 1 GHz

  8. Printer resolution of at least 1800 dpi x 600 dpi

  9. Gradation: 256 color shades per pixel





This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive.





PROVISIONS: The following FAR provisions apply to this solicitation:





FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote).





CLAUSES: The following FAR clauses apply to this solicitation:





FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.





SECURITY CLEARANCE





In accordance with Homeland Security requirements all contractor employees who will perform the task order services shall submit to electronic fingerprints and obtain security clearance before services can be performed under this purchase order.





FAR 52.204-9 PERSONAL Identity Verification of Contractor Personnel (Jan 2011)





(a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201.





(b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government:



(1) When no longer needed for contract performance.



(2) Upon completion of the Contractor employee’s employment.



(3) Upon contract completion or termination.





(c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements.





(d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor’s employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer.





Miscellaneous:



NO FAX QUOTATIONS



ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (misti.bussell@ihs.gov)





All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote.





For additional information, please contact the Contract Specialist, Sean Long, sean.long@ihs.gov or 918-342-6509









Statement of Work (SOW)



Multi-Function Device Lease & Maintenance Service



Revised 02/28/2024






  1. PURPOSE OF THE PROJECT



The Claremore Indian Hospital (CIH), Indian Health Services (IHS) has a requirement to acquire copiers for the duplication of the various documents it uses to perform its mission. The primary role of the machines to be leased will be for functioned copying with the ability to copy/print in black and white and color; scan and fax. The Government would like to accomplish these tasks with a 60-month lease with a flat-rate monthly fee copying plan for 14 new Multi-Functional Devices (MFDs) which includes all consumable supplies (except paper), and full maintenance services including repair parts. The contract can be modified to add additional leased copiers, with prior written notification from the Contracting Officer. The Claremore Indian hospital intends to make a single (all or none), firm-fixed-price award for a 12-month period plus four (4) option years full maintenance and flat-rate monthly fee copying plan.






  1. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS



The contractor shall furnish all repair parts, labor, transportation and supplies required to accomplish inspecting, cleaning, lubricating, adjusting, calibrating, and vacuuming (if required), and repair of the copiers. Contractor shall maintain the leased copiers at levels necessary to provide the specified functions to meet the manufacturer’s current equipment specifications. Contractor shall provide a 12-month maintenance plan and a Flat-Rate Monthly Fee copying plan. The copiers shall have the following minimum requirements: If an equal brand is offered then that brand shall meet or exceed the following copier features/functions. The 60-month lease includes a Flat-Rate Monthly Fee Copying Plan with NO intent to purchase the equipment at the end of the lease agreement period. Ownership of the asset/copiers remains with the prospective contractor.





The list of MFDs locations and details are as follows:




  1. Supply Copier

    1. Room 310A

    2. Average Annual Printing of 137,246 pages

    3. No Space Limitation



  2. PRC Copier

    1. Room 301

    2. Average Annual Printing of 80,302 pages

    3. No Space Limitation








  1. Registration

    1. Room 195

    2. Average Annual Printing of 71,517 pages

    3. No Space Limitation



  2. Admin

    1. Room 1111

    2. Average Annual Printing of 50,998 pages

    3. No Space Limitation



  3. Acquisitions #1

    1. Room 1127

    2. Average Annual Printing of 33,574 pages

    3. Space Limited



  4. Acquisitions #2

    1. Room 1127

    2. No Historical Data, Projected at 34,000 pages

    3. Space Limited



  5. Nursing

    1. Room 765

    2. Average Annual Printing of 116,838 pages

    3. No Space Limitation



  6. ER

    1. Room 255

    2. No Historical Data, Projected at 55,000 pages

    3. Space Limited



  7. Staff Area

    1. Room 192

    2. No Historical Data, Projected at 75,000 pages

    3. Space Limited



  8. Medical Records

    1. Room 158

    2. No Historical Data, Projected at 55,000 pages

    3. Space Limited



  9. Facilities

    1. Room 241A

    2. No Historical Data, Projected at 34,000 pages

    3. No Space Limitation








  1. Registration

    1. Room 195

    2. Average Annual Printing of 71,517 pages

    3. No Space Limitation



  2. Admin

    1. Room 1111

    2. Average Annual Printing of 50,998 pages

    3. No Space Limitation



  3. Acquisitions #1

    1. Room 1127

    2. Average Annual Printing of 33,574 pages

    3. Space Limited



  4. Acquisitions #2

    1. Room 1127

    2. No Historical Data, Projected at 34,000 pages

    3. Space Limited



  5. Nursing

    1. Room 765

    2. Average Annual Printing of 116,838 pages

    3. No Space Limitation



  6. ER

    1. Room 255

    2. No Historical Data, Projected at 55,000 pages

    3. Space Limited



  7. Staff Area

    1. Room 192

    2. No Historical Data, Projected at 75,000 pages

    3. Space Limited



  8. Medical Records

    1. Room 158

    2. No Historical Data, Projected at 55,000 pages

    3. Space Limited



  9. Facilities

    1. Room 241A

    2. No Historical Data, Projected at 34,000 pages

    3. No Space Limitation



  10. PRC Leased Space

    1. Suite 105, 224 S Brady Ave

    2. Average Annual Printing of 86,730 pages

    3. Not Space Limited



  11. HIM Leased Space

    1. Suite 107, 224 S Brady Ave

    2. Average Annual Printing of 83,833 pages

    3. Not Space Limited



  12. Business/Finance Leased Space

    1. Suite 111, 224 S Brady Ave

    2. Average Annual Printing of 73,572 pages

    3. Not Space Limited





The Government encourages the vendor to provide the most compact solution that still meets the requirements, but only in locations marked space limited, the solution provided must be no larger than 22 in x 22 in (W x D). All solutions should be approximately 4 feet height for control access.



Requirements for Copiers:




  1. Print features

    1. Warm up time of less than 15 seconds

    2. Printer resolution of at least 1800 dpi x 600 dpi

    3. Mono/color speeds of at least 36/36ppm



  2. Scan features

    1. Include black/white and color in all modes

    2. Scan to email, network folder, SharePoint, and USB

    3. File formats include searchable PDF, compact PDF, PPTX, and Searchable DOCX

    4. Scan to JPEG images



  3. Copy features

    1. Gradation of 256 color shades per pixel



  4. Overall features

    1. Memory storage of at least 250 GB Solid State Drive

    2. Fax and Windows 10 drivers must be provided

    3. Contain a RJ-45 plug and support the TCP/IP Protocol

      1. IPv6



    4. Contain a RJ-11 plug and have analog faxing capability

    5. Support SMB







3. PERIOD OF PERFORMANCE



The base year Period of Performance will be 12 months from date of award with four (4) twelve (12) month option years.





Base Year: 9/1/24 – 8/31/25



Option Year 1: 9/1/25 – 8/31/26



Option Year 2: 9/1/26 – 8/31/27



Option Year 3: 9/1/27 – 8/31/28



Option Year 4: 9/1/28 – 8/31/29






  1. LEVEL OF EFFORT








    1. The contractor shall respond to service calls during normal business hours of Monday through Friday, 7:45 AM to 4:30 PM, excluding holidays observed by the Federal Government. The contractor shall respond to





verbal service calls and is expected to initiate the repairs with two (2) working hours after notification of malfunction. The response time on a service call starts when the service call is placed to the contractor. The service technician shall report to the service requestor and notify of his/her arrival and verify the problem for which the service call was made. If the service call is not completed, the service technician shall contact the government’s designated representative and provide a detailed explanation as to why the copier was not repaired and provide an estimated time for completion of the required repairs. The contractor shall complete the repairs and satisfactorily resolve the problem by effectively restoring the copier to normal operating capability with eight (8) working hours of responding.








    1. The contractor shall have an adequate working inventory of copiers in order to provide backup support for the leased fourteen (14) copiers. When a malfunctioning copier cannot be repaired within the on-site repair time, Claremore Indian Hospital will have the option of requesting a backup copier at no additional cost to the government.










    1. The contractor shall supply such a backup copier within seven (7) working days after notification by the government. Back up copiers shall meet or exceed the capabilities of the copiers to be replaced. For this purpose, only, remanufactured equipment may be used as a temporary device until a new replacement copier is delivered or the original copier is reinstalled. Backup copiers are generally expected to remain in place for five (5) working days or less, but in unusual cases, a backup copier may remain in place for as long as 60 days. If the original copier has not been repaired and reinstalled at the end of 60 days.










    1. The Contractor shall provide a replacement copier equal to or superior to the original copier model at no additional cost to the government.










    1. The Contractor shall coordinate the removal, delivery and install of the back-up copier with the designated government employee.










    1. Installation: The contractor shall provide technical assistance for initial installation and programming assistance for setup. This will include a transition period as the existing copier lease ends 9/11/24 and full service should be provided by 9/12/24.

    2. Preventative Maintenance: The contractor shall provide, at a minimum, two bi-annual (approx. every 6 months) preventative maintenance service calls to ensure that the copiers are maintained in fully operational condition. The contactor shall maintain the copiers in at levels necessary to provide the specified functions to meet the manufacturer’s current equipment specifications.

    3. Replenishment of Supplies Procedures: On or about the same day each month, the contactor shall ensure that each copier is furnished with sufficient consumable supplies, (excluding paper) to produce a volume of copies equal to the levels necessary to provide the specified functions to meet the manufacturer’s current equipment specifications. Upon initial delivery of the copy machines/devices, the contractor shall provide two (2) months’ worth of consumable supplies for each copier.










    1. The contactor shall respond to verbal requests for additional consumable supplies under the following conditions: The government’s designated representative may make emergency requests for consumable supplies verbally. Orders will state the quantity and type of consumable supplies required and the location and serial number of the copier for which the additional consumable supplies are being ordered. The contractor shall deliver additional consumable supplies with in a period of twenty-four (24) hours after receipt of verbal order.










    1. Supplies for the contractor shall be delivered between 8:00am and 4:30pm, Monday through Friday (excluding Federal holidays) directly to the copier location.










    1. Hard Drives: The contractor shall remove the hard-drive from the fourteen (14) leased copiers at the end of the term of the contract and hand them to the designated government representative for destruction. Once a device is delivered and installed, the government will retain ownership of the hard drive.










    1. Training: Contractor shall provide training on the operation of the leased fourteen (14) copiers to designated government representative with two (2) days of installation date. The contractor shall demonstrate that the copier is properly functioning upon completion of installation. This demonstration shall be accomplished pursuant to the operating instructions furnished with each copier and in the presence of designated government representative.










    1. Relocate Equipment: Should the government elect to relocate its office to another facility/building or location within the greater Claremore, Oklahoma area, all copier machines will then be moved to the new location by the contractor at no additional cost, as a one-time courtesy.



  1. SPECIAL REQUIREMENTS

    1. In accordance with HHSAR 304.1300(b) non-routine contractor employees shall comply with OPDIV DHHS/SE Region – Human Resources, Security Clearance Guidance – Visitors (3/29/12) policy for contract performance period. Contractor employees will be required to obtain a visitor’s pass upon arrival for services from Facilities Management.










    1. The USPHS Claremore Indian Hospital is a tobacco/smoke free environment (buildings and grounds). No tobacco/smoking use will be tolerated during service.










    1. Security Requirements: Contractor personnel will be required to contact the government designated point of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall be responsible for the security of all organizational information. Current rules and regulations applicable to the premises, where the work shall be performed shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, escort by Claremore Indian Hospital official, presenting valid identification, smoking restriction and any safety procedures.










    1. The contractor shall not disclose or cause to disseminate any information concerning operations of Claremore Indian Hospital. Such action(s) could result in violation of the contract and possible legal actions.





5.5. No overage charges: The government pays a flat-rate monthly fee per copier, regardless of the number of



copies made each month. The copy volume allowance per month is unlimited per copier.





5.5.1. All inquiries, comments, or complaints arising from any matter observed, experienced or learned of as a



result of or in connection with the performance of the contract, the resolution of which may require the



dissemination of official information, shall be directed to the government’s designated representative.








  1. DELIVERABLES AND REPORTING REQUIREMENTS


    1. Delivery: The contractor will coordinate the delivery, installation and training date with the designated government employee. The government will provide the contractor with dock access and building access for this sole purpose. The designated government employee will work with the pertinent government agency(ies) to secure the needed dock access. No deliveries can be made after 4:15pm. Driver needs a valid ID.










    1. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the government’s designated representative for coordination of supplies, delivery, and/or maintenance. The










    1. POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of this contract.










    1. Contractor’s Phone Numbers: The contractor shall provide a toll-free telephone number for service calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday.










    1. Parts/Supplies Availability: The contractor shall have an inventory of parts and consumable supplies in quantities sufficient to effectively service the resulting contract. The contractor shall have an internal inventory system and delivery system for the parts and consumable supplies. The inventory and delivery system must be sufficient to service the contract in accordance with the maintenance response times specified in paragraph 6.1. and the supply delivery time specified in paragraph 4.1., 4.2., and 6.3.










    1. Personnel Qualifications: The contractor shall be required to provide fully qualified and manufacturer trained or certified service, delivery, and management personnel in sufficient numbers to actively and efficiently service and support the copiers in place during the contract period.







6.6. Invoices: The contractor shall submit an original invoice monthly in arrears to the:



Oklahoma City Area Indian Health Service Officer of Finance and Accounting



701 Market Drive



Oklahoma City, OK 73114 and /or via fax #405-951-3873 and send a courtesy copy



Claremore Indian Hospital



101 S. Moore Ave



Claremore, OK 74017



The contractor shall include the following information on each invoice to be considered a PROPER



INVOICE.




  • Company name, address and phone number.

  • Invoice number and date (note that each invoice must have a different invoice number).

  • Purchase order/contract number for services rendered.

  • Description of Services

  • Monthly contracted lease rate (which includes maintenance service fee);

  • Total cost






  1. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES








    1. The Government shall supply network connectivity or telephone access as needed. The Government shall also provide access to the facility and escort as needed within business hours.








  1. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES



8.1. The contractor shall furnish all personnel, materials, supplies and equipment required to perform work under the contract, to include but not limited to: printer parts, toner, supplies, and testing equipment.






  1. CHANGES TO THE STATEMENT OF WORK (SOW)



Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.





10. DELIVERABLES/PERFORMANCE MATRIX





10.1. Did the vendor deliver copiers in a timely manner: YES or NO



10.2. Was service provided in a timely manner: YES or NO



10.3. Did the vendor complete the repairs and satisfactorily resolve the problem: YES or NO





Department Supervisor Signature:_________________________





Administrative Officer Signature:_________________________




Attachments/Links
Contact Information
Contracting Office Address
  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >