Kansas Bids > Bid Detail

58--Uninstall/Reinstall Case Cracker Room System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159569513285750
Posted Date: Mar 8, 2023
Due Date: Mar 17, 2023
Solicitation No: 22dFRKS-1
Source: https://sam.gov/opp/56eb186799...
Follow
58--Uninstall/Reinstall Case Cracker Room System
Active
Contract Opportunity
Notice ID
22dFRKS-1
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 08, 2023 01:07 pm EST
  • Original Date Offers Due: Mar 17, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5810 - COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    403 Holbrook Ave Fort Riley , KS 66442
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 22dFRKS-1 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-03-17 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Riley, KS 66442

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Furnish all labor, material, equipment, incidentals, supervision and transportation to installation of the case cracker systems with the work outlined in successive LINs and the Statement of Work for the Fort Riley, KS CID Office. The IRMS client shall be the main interface to the system allowing authorized users to start, view and flag live interviews; search and play back stored interviews; and export stored interviews. The IRMS client shall be a traditional Windows application, not a web application. The IRMS shall display a view of all available interview rooms upon logging into the IRMS client. The room view screen shall show live, thumbnail views of the interview rooms, without audio. o The room view shall provide a security view updated every 3 seconds while no recordings are taking place. Once recording is initiated either from the workstation client or from the start/stop switch, group permissions shall determine who may view The user shall be able to view, add, edit, and delete flags by clicking on the Flags tab of the recording view. Flags shall be tied to a specific instant in the interview, and the IRMS shall have the ability to add them from the client with or without descriptive text. In addition to free-form text entry, the client shall allow users to fill in flags with pre-defined text selected from an administrator-configured list, which could contain commonly-used tags such as “Miranda” or “Confession” and a generic Flag. Finally, the IRMS shall have the ability to add a flag (without descriptive text) to the interview when the interviewer presses the flag switch in the interview room during recording. The IRMS shall provide an archive view which shall show video stored on the system. The IRMS shall enable users to view recently recorded or recently viewed video, or they shall be able to search all stored video. The IRMS shall have Administration pages for all system functions (overall system configuration, policy definition, mapping of permissions to users and groups, etc.) that are accessible to authorized users. The IRMS shall maintain a system audit log, which shall record user and administrator activity for audit purposes. The IRMS system audit log shall be written to standard syslog and flat files. The retention window shall be configurable. The following events shall be logged: o User logs in, user logs out Begin or end recording (either client-initiated or wall-switch initiated) o Pause or resume recording o Delete recording o View video/ audio o Export video, audio, or other data from the system o Add/edit/ o delete metadata or flags o System administration functions Data Export and Import, 1, EA;
LI 002: Uninstall 6 Interview Rooms with case cracker capability and reinstall 5 interview rooms following building renovations. Requires (1) Onyx Enterprise Case Cracker systems The IRMS shall be composed of Commercial Off The Shelf (COTS) equipment. The IRMS shall have a proven multi-year operational track record. The IRMS shall be backed by a technical support team from the manufacturer. The cost of support shall be included as part of the software licensing. The IRMS shall be backed by a 5-year hardware warranty from the manufacturer. The cost of the hardware warranty shall be included in the hardware purchase. The IRMS shall be designed as an enterprise-class network-based system for large scale law enforcement agencies. The IRMS shall use a client/server architecture. The IRMS server application shall run in a CentOS Linux environment and perform recording, secure hashing, indexing, storage and streaming of video recordings. The IRMS client application shall run in a standard Windows PC which can be provided by the manufacturer or by the agency. The IRMS client shall be an easy-to-use intuitive graphical user interface application. The IRMS shall enable an authorized administrator to create an unlimited number of user login accounts.The IRMS shall enable an authorized administrator to create and manage an unlimited number of user groups.The IRMS server application shall be capable of interacting with up to 10 client applications at once over an officeLocal Area Network (LAN).The IRMS server application shall be capable of recording sessions from up to 8 rooms at once. Each session shall include video streams from 2 cameras and 2 microphones per room. The IRMS server application shall interface to the interview room recording devices (cameras and microphones) over an isolated secure recording LAN, 1, EA;
LI 003: The IRMS server shall interface to the isolated recording LAN through a Gigabit Ethernet link to ensure sufficient bandwidth for HD video streams from multiple rooms. • The IRMS shall be built with numerous redundancies throughout including: o Two video streams and four audio streams per room. o A working copy and evidentiary copy of a single recording. o All streams, working copies and evidentiary copies to be stored on the filesystem shall be encrypted and protected with RAID-1, on four separate hard disks. • The IRMS shall compute a cryptographic SHA 3-256 fingerprint while recording to ensure later evidence integrity. The hash shall be computed on each video and audio stream, and the hash values shall be updated in the file approximately every two seconds. • The IRMS shall enable an authorized user to re-verify the file to ensure integrity at a later date. Equipment Requirements Server requirements: • The IRMS server shall include the following: four 5TB enterprise-grade hard drives in a dual RAID 1 configuration dual redundant power supplies (auto-failover), 32GB of memory and an Intel Xeon E3-1275 v6 processor. Each interview room of the IRMS shall contain the following equipment: • Two high definition IP Cameras. o The IRMS shall have covert (typical) or overt options for the cameras. o The IRMS shall support ONVIF-profile S compliant Axis cameras at a minimum of 720P resolution. o The IRMS shall support cameras with a resolution of up to 1080p. o The IRMS cameras shall offer a wide range of configurable parameters, including frame rate, bit rate and compression. Additionally, it shall be possible to configure the cameras to superimpose the time onto the video when the video is originally encoded. This timestamp becomes a permanent part of the video and cannot be removed. • Two digital Microphones. o The IRMS shall support a range of microphone choices including the Louroe Verifact A and the Louroe Verifact D microphones. o The IRMS microphones shall have a frequency response from 20Hz - 5kHz (-6dB). • One Cardinal Peak Technologies Room Controller (RC). o The IRMS RC shall perform the following functions: It shall receive uncompressed audio from the microphones and format that audio, still uncompressed, for streaming across the recording LAN It shall provide breakout connections to a start/stop wall switch, two recording indication lights, and a flag switch It shall provide two power-over-Ethernet interfaces to the IP cameras enabling the two cameras to be served by only one Ethernet drop. It shall enable changes in camera configuration settings from the IRMS client application. • One Start/ Stop Switch mounted in a 1- gang electrical box inside or outside the interview room near the door. The switch shall start or stop recording. • One Exterior Recording Indicator Light mounted outside the interview room, with the words “In Use” to warn others that a recorded interview is in progress. The exterior recording indicator light shall only be turned on if there is positive confirmation of a recording from the IRMS server., 1, EA;
LI 004: o A pan-tilt-zoom camera (overt) should be installed in the NW ceiling of the "POLY" interview room in lieu of the current motion sensor camera (covert), 1, EA;
LI 005: One Wired Flag Switch allowing the interviewer to unobtrusively mark important parts of the interview. The wired flag switch shall be a small, wired, momentary contact switch that is mounted under a table near where the interviewer sits. Pressing the wired flag switch during the interview shall place an index point (“flag”) in the video recording., 1, EA;
LI 006: Any construction changes made for the instillation / wiring of the rooms must be returned to its original configuration prior to instillation, to include the patching of holes and paint to its original color. The IRMS shall indicate which rooms are actively recording (with a pulsing red recording icon) and which rooms are available.Clicking on an interview room with a recording in progress shall allow an authorized user to observe the interview, with full ability to hear audio, view both cameras, and view, add, and edit persession metadata and flags. Clicking on an unused room shall allow a user to immediately start recording. The recording view of the IRMS shall show users both camera views in a picture-in-picture format. The IRMS shall provide the ability to swap the two cameras views by clicking on the picture-in-picture. The recording view of the IRMS shall enable a user to hear the audio recording, switch between audio microphones and see a VU meter for visual feedback that audio is being recorded. The recording view of the IRMS shall display metadata fields that an authorized user can fill out. The IRMS shall pre-populate the following persession metadata fields: room/location, start time, duration (populated after the interview completes), number of flags, and the user who initiated recording. Other metadata shall be configurable by authorized users such as interviewer, case number or other additional fields as desired. Case notes shall be stored in two ways in the IRMS. One, there shall be a per-session Notes field. Two, case notes that are specific to points in the recording tied to flags, which allows quick access to the associated video. Both types of metadata entry shall be full-text searchable., 1, EA;
LI 007: The Installation Company will be responsible for the transportation of its personnel, to include meals and lodging. The Company will be required for the shipping of any equipment required for the instillation of the CaseCracker systems and proper recovery of the instillation site in order to return it to its original condition prior to instillation., 1, EA;
LI 008: Provide customer support / technical support at all locations listed in this scope of work from 0800-1700 on weekdays, with a 1 hour response time in order to resolve any issues regarding the case cracker system. This will be an indefinite requirement for the lifetime of the systems., 1, EA;
LI 009: Operation, Recording & Playback. The IRMS shall enable recordings to be started from the client application running on Windows based PCs attached to the office LAN. The IRMS client shall support exporting a number of different nonproprietary file formats: An MP4 file containing both video streams and both audio streams. The IRMS client shall enable the user to choose to include all streams, or select any subset of streams for inclusion, The IRMS shall encode video using h.264, and record the exact bits that were delivered from the IP cameras at the time of recording. The IRMS shall record each track of audio twice: Once using the Apple lossless ALAC codec, and again using the AAC algorithm. The IRMS shall record, in the MP4 file, the secure hash information for the audio and video streams, so that it can later be validated. The MP4 file created by the IRMS shall follow open standards to enable playback in readily-available commercial players such as Windows Media Player, QuickTime, and VLC. A PDF file containing the per-session metadata from the interview. The IRMS client shall enable a user to export all files (audio & video, audioonly, video-only, metadata) to the client computer., 1, EA;
LI 010: Provide software updates for 3 years. If web based updates are not available, provide the software updates via mail with explicit instructions. Be available within 1 hour of contact to resolve any issue regarding the successful updates of software. The MP4 file created by the IRMS shall follow open standards to enable playback in readilyavailable commercial players such as Windows Media Player, QuickTime, and VLC. A PDF file containing the persession metadata from the interview. The IRMS client shall enable a user to export all files (audio & video, audio-only, video-only, metadata) to the client computer. The IRMS client shall enable a user to store recorded files to any file system supported by the underlying hardware, including removable media and enterprise-wide fileservers. User Management and Authentication The IRMS shall require an authenticated user for all actions performed on the system, with the exception of pressing the start/stop button located outside an interview room. Each user must log in to the Client when it is started., 1, EA;
LI 011: Contractor shall be responsible and is strongly encourage for field/ site visit to obtain and verify measurements, site conditions and to determine correct site conditions, dimensions and structural support requirements IAW with accepted local, state and federal building practices. Contractor shall provide any/all deviations to accepted local, state and federal building practices/codes to the attention of the Construction Inspector and Contracting Officers Representative for review/consideration by the government. Contractor shall be responsible for obtaining utility spotting/location and permits that maybe required by Environmental Considerations FB-144R., 1, EA;
LI 012: All work shall be in accordance with (IAW) all applicable codes and standards including but not limited to: a. U.S. Army Corps of Engineers Criminal Investigation Command Facilities Standard Building Design Criteria dated 12 December 2011 b. Department of Army Polygraph activities Regulation AR 195-6 c. Unified Building Code (Most recent edition). d. National Electrical Code e. National Fire Protection Agency requirements f. Installation Design Guide. g. Fort Carson CO CID Office Environmental Considerations as listed on the projects. h. Comply with all Local, State, and Federal NPDES laws and guidelines. i. United States Army Corps of Engineers, Safety and Health Requirements Manual EM 385-1. Applicable edition at award. j. TM 111 Guidance provided in United States Army Training and Doctrine Command (TRADOC) Force Protection Program (FPP); Unified Facilities Criteria (UFC) for buildings. k. International Plumbing Code – ICC-IPC l. ASHRAE m. I3A, 1, EA;
LI 013: The Contractor shall be responsible for removing and disposal of all debris created by this project IAW local, state and federal guidelines and laws. The contractor shall dispose of all debris created by this project in Colorado approved Landfill at the contractor’s expense. Contractor shall maintain and provide upon request by the KO or the designed representative receipts and haul tickets or bill of laden that construction debris from this contract has been disposed of IAW with local, state and federal guidelines and laws. The contractor shall use the Governments approved haul route., 1, EA;
LI 014: The contractor shall comply with all governing codes and standards. Contractor shall comply with Installation Safety and Environmental laws and regulations. The contractor shall perform all work IAW government procedures for entering and working at Fort Riley, KS CID Office. The government reserves the right to stop work at any time for safety, security reasons, and for national defense at no cost to the government. Compliance with US Corps Engineers’ Safety and Health Requirement Manual EM-385-1 latest edition is mandatory, 1, EA;
LI 015: Contractor shall be responsible for obtaining approval for all utility spotting and dig permitting. Contractor shall provide to the COR copies of approved spottings and digging information. Contractor shall be responsible for cost associated with digging and/or utility/ cable spotting and damages caused by the contractor, 1, EA;
LI 016: Requested for Utilities: Contractor shall be responsibility for completing and supplying to the COR with applicable information, 1, EA;
LI 017: Accessibility to Work Site and Hours of Operation: Monday- Friday, 0800 to 1730, excluding Federal Holidays or as approved KO. The contractor shall comply with Installation access entrance procedures., 1, EA;
LI 018: Daily Housekeeping: The Contractor shall keep work area clean and remove all unneeded construction debris daily and/or as directed by the Construction Inspector, 1, EA;
LI 019: Work performed under this task order shall comply with the latest addition of the publications dated at the time of the task order award., 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) code
for this procurement can be found. The small business size
standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below.

Headquarters U.S. Army Materiel Command

Office of Command Counsel-Deputy Command Counsel

4400 Martin Road

Rm: A6SE040.001

Redstone Arsenal, AL 35898-5000

Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil

The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.

If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,
Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government
Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,
Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;
252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material
inspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product.
****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Representation and Representation Disclosures

The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.

Reporting During Contract Performance

Equal Opportunity
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 08, 2023 01:07 pm ESTCombined 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 >