Hitachi HUS VM Maintenance

expired opportunity(Expired)
From: Federal Government(Federal)
W91ZLK-19-R-0087

Basic Details

started - 26 Aug, 2019 (about 4 years ago)

Start Date

26 Aug, 2019 (about 4 years ago)
due - 30 Aug, 2019 (about 4 years ago)

Due Date

30 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W91ZLK-19-R-0087

Identifier

W91ZLK-19-R-0087
Department of the Army

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE ARMY (133179)AMC (72647)ACC (75026)ACC-CTRS (32917)ACC-APG (10724)W6QK ACC-APG DIR (1101)

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Aug 16, 2019 2:49 pmModified:Aug 20, 2019 9:28 amTrack ChangesCOMBINED SYNOPSIS/SOLICITATIONW91ZLK-19-R-0087This 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.This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (13 January 2017).The solicitation number for this request for proposal (RFP) is W91ZLK-19-R-0087.This requirement is under the associated North American Industry Classification System (NAICS) Code 519120, On-Line Subscription/Hardware.The Government contemplates award of a Firm-Fixed Price purchase order in accordance with FAR 13, Simplified Acquisition Procedures.This procurement will be evaluated as lowest price technically acceptable, for the procurement of
the following services/materials.The contractor, as an independent party and not an agent of the government, shall provide all hardware/software support to maintain compliance and also ensure sustainability for a Hitachi HUS VM. This requirement is for the all necessary hardware/software support to maintain compliance and also ensure sustainability on the Hitachi HUS VM SN 211872All work is to be performed during normal working hours, Monday through Thursday, 8:00 AM to 5:00 PM, excluding federal holidays, on days U.S. Army Public Health Command is open for business, unless agreed to otherwise by both parties.Contractor is responsible for removing all debris generated at the designated work area. All work to be performed will be inspected by the government for compliance with requirements by the Technical Point of Contact (TPOC).The period of performance is:Base period12 months from date of awardOption period 12020-2021Option period 22021-2022Objective 1– Provide the APHC with extended hardware, and software support, and maintenance to include all parts and labor, and software and/or firmware52.212-1 Instruction to Offerors Commercial ItemsThis clause applies in its entirety and there are currently no addenda to the provision.Proposals shall be submitted in two (2) separate volumes:Volume I:Hitachi HUS VM Maintenance W91ZLK-19-R-0087 PRICE ProposalVolume II:Hitachi HUS VM Maintenance W91ZLK-19-R-0087 TECHNICAL ProposalALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:W91ZLK-19-R-0087 PROPOSAL FROM (INSERT COMPANY NAME)Proposal Format:Volume I: Detailed Price Proposal to include the following elements:1.Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include:Name, title, email address, and telephone number including extension.2.INCLUDE ALL Information Below:CLIN 0001:Base Year - To provide materials and service required on the following equipment:Hitachi HUS VM Maintenance SN 211872QTY:1Unit Cost:JOBFFPCLIN 0002:Base Year - ACCOUNTING FOR CONTRACT SERVICESQTY:1Unit Cost:JOBTotal Price: Not separately pricedThe Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the contract and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract.Price Restraint: NSPCLIN 1001:Option Year 1 - To provide materials and service required on the following equipment:Hitachi HUS VM Maintenance SN 211872QTY:1Unit Cost:JOBFFPCLIN 1002:Option Year 1 - ACCOUNTING FOR CONTRACT SERVICESQTY:1Unit Cost:JOBTotal Price: Not separately pricedThe Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the contract and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract.Price Restraint: NSPCLIN 2001:Option Year 2 - To provide materials and service required on the following equipment:Hitachi HUS VM Maintenance SN 211872QTY:1Unit Cost:JOBFFPPrice Restraint: NSPCLIN 2002:Option Year 2 - ACCOUNTING FOR CONTRACT SERVICESQTY:1Unit Cost:JOBTotal Price: Not separately pricedThe Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the contract and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract.Price Restraint: NSPVolume II:Detail Technical Proposal shall be evaluated based on the following factors:1.Technical Approach: The offeror’s proposal shall adequately describe and present a clear understanding of the requirements specified in the PWS.To be rated as acceptable, the offeror must demonstrate the ability to provide maintenance to provide the maintenance and repair service according to the PWS.2.Experience: Contractor shall possess a minimum of three (3) years of experience working on Hitachi HUS VM in accordance with the PWS.NOTE:Contractor shall achieve technically acceptable rating on all technical factors to be considered technically acceptable.52.212-2, Evaluation Commercial ItemsThe contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.52.212-3, Offeror Representations and Certifications -- Commercial Items.All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going towww.sam.gov.52.212-4, Contract Terms and Conditions Commercial ItemsThis clause applies in its entirety and there are currently no addenda to the provision.52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.This clause applies, and the following clauses are incorporated by reference.The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address:http://farsite.hill.af.mil:52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (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. (July 2013) (31 U.S.C. 6101 note).52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)).52.222-3, Convict Labor (June 2003) (E.O. 11755).52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212).52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332).52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495).Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C.251 note).(ii)52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(iii)52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.(iv)52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).(v)52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).(vi)52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793).(vii)52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.(viii)52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).(ix)52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).(x)52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).(xi)52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (FEB 2009) (41 U.S.C. 351, et seq.).(xii)52.222-54, Employment Eligibility Verification (JUL 2012).(xiii)52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).(xiv)52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xv)52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.52.217-8 Option to Extend Services (Nov 1999)The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires.SUBMISSION PROCEDURES:All questions must be submitted via email to terrijuana.p.veals.civ@mail.mil by August 23, 2019 at 10:00 AM Eastern Time. SUBJECT LINE: W91ZLK-19-R-0087 PROPOSAL FROM (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO. Firm Fixed Price (FFP) quotes must be signed, dated, and received by August 30, 2019 at 10:00 AM Eastern Time.NO PHONE CALLS WILL BE ACCEPTED.All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online athttps://www.sam.gov.Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer.PERFORMANCE WORK STATEMENT (PWS)Title: Hitachi HUS VM MaintenanceRequiring Activity Name: U.S. Army Public Health Center (APHC)1.INTRODUCTIONThe U.S. Army Public Health Center (APHC) is part of the U.S. Army Medical Readiness Command (Provisional) (MRCP) and focuses on epidemiology, laboratory sciences, occupational health sciences, public health information and toxicology to enhance Army readiness and assure the quality and effectiveness of Army’s Public Health Enterprise.Ensuring high-quality services is an imperative of the MRCP as it strives to become a high-reliability organization (HRO).2.PURPOSE AND BACKGROUNDThe mission of the APHC is to “Enhance Army readiness by identifying and assessing current and emerging health threats; developing and communicating public health solutions; and assuring the quality and effectiveness of the army’s public health enterprise.”3.SCOPEAPHC utilizes an array of storage devices that require vendor provided hardware/software support to maintain compliance and also ensure sustainability.This is one of two main devices that provides data storage functionality for all users with the APHC and MRICD organizations.4.PERIOD OF PERFORMANCEThe periods of performance for this contract are as follows:Base period12 months from date of awardOption period 12020-2021Option period 22021-20225.WORK SCHEDULE AND LOCATION5.1.Work LocationAberdeen Proving Ground - South8968 Depot RdBuilding E-1930Gunpowder, MD 210105.2 Work ScheduleMonday – Friday8:00 a.m. to 5:00 p.m.6.PERFORMANCE REQUIREMENTS6.1.ObjectivesObjective 1– Provide the APHC with extended hardware, and software support, and maintenance to include all parts and labor, and software and/or firmware updates for the equipment listed below:System Model: HUS-VM System Serial: 211872Objective 2 – Provide the APHC with on-site hardware replacement and firmware update support.6.2.Specific Tasks / RequirementsObjective 1: Key Task 1 – Contractor shall provide APHC with hardware and software support via telephone, email, web chat, and on-site support (Deliverable 1)Objective 1: Key Task 2 – Software and/or firmware updates will be provided to the APHC within 1 week of their availability.Objective 2:Key Task 1 – Contractor shall come on-site to install and test all firmware updates within 90 days of the update availability. Contractor shall ensure all updated devices are completely operational upon installation of firmware updates (Deliverable 2)Objective 2:Key Task 2 – Contractor shall provide upon-request, on-site services (24x7 availability). The contractor shall respond to issues within 8 hours of notification from APHC. (Deliverable 3)7.DELIVERABLESThe contractor shall complete and submit deliverables in accordance with the “Deliverables Table” below.Unless specified in the PWS within the description of the deliverable, all deliverables will be made to the COR electronically.DELIVERABLES TABLEPWS Ref.NumberTitle/DescriptionDue6.21Provide APHC with hardware and software support.24x7 availability and contractor must respond within 8 hours of notification of issue from APHC6.22Provide APHC with firmware updates.Installation, testing and complete operability of affected devices within 90 days of new firmware release.6.23Provide APHC with as-needed on-site supportOn-site assistance, when requested. 24x7 availability and contractor must respond within 8 hours of notification of issue from APHC7.1.Reports and DocumentsReports and documents delivered by the contractor in the performance of this contract shall be considered Technical Data.All documentation shall reflect the latest version of the work product or activity, unless specifically directed otherwise by the Government.All documentation shall be prepared in accordance with (IAW) standard industry practices, ensuring electronically produced documents which reflect logical flow of material, tables of contents indexes and page numbering.Where applicable, the contractor’s attention is called to the availability of commercial, industry, federal, and military guides, instructions, and standards for many of the topics addressed in this PWS and under this contract.7.2.Inspection and AcceptanceThe COR delegated oversight of specific technical, functional and oversight responsiblities is responsible for inspection and acceptance of all services, incoming shipments, documents, and services.Certification by the Government of satisfactory services provided is contingent upon the Contractor performing in accordance with the performance standards contained in the Performance Work Statement and all terms and conditions of this order, including all modifications.The Government will use the following performance requirements to measure the performance of the contractor. The contractor shall meet the Performance Objective(s) and Acceptable Quality Level(s) within the “Performance Requirements Summary Matrix” (PRS Matrix).8.COMPLIANCE DOCUMENTS8.1.General Compliance8.1.1.Federal LawThe services provided under this contract must be conducted in accordance with all Federal law, Department of Defense (DOD), Department of the Army (DA) and Medical Command (MEDCOM) laws and command laws, regulations, policies, and procedures that govern the conduct of regulated research.8.1.2.DoD Compliance DocumentsA complete list of Department of Defense compliance documents providing specifications, standards, or guidelines can be found at http://www.dtic.mil/whs/directives/corres/dir.htmlA complete list of Department of Defense compliance documents providing specifications, standards, or guidelines can be found at http://www.dtic.mil/whs/directives/corres/dir.htmla)Army Regulation 340-21, Army Privacy Program.http://www.army.mil/usapa/epubs/340_Series_Collection_1.htmlb)Army Regulation 25-2, Information Assurance.c)Title 21, CFR Part 11 Electronic Records: Electronic Signature. https://www.accessdata.fda.gov/scripts/cdrh/cfdocs/cfcfr/CFRSearch.cfm?CFRPart=119.OTHER TERMS, CONDITIONS, AND PROVISIONS9.1.Non-Personal ServicesThis PWS identifies services that are strictly non-personal in nature, as defined by Federal Acquisition Regulation (FAR) Part 37,Service Contracting.To ensure there is no appearance of any personal services, the Government shall neither supervise contractor personnel nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks or prepare work schedules for individual contractor personnel. It shall be the responsibility of the contractor to manage its personnel and to guard against any actions that give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Contractor Officer (KO) immediately.9.2.Severable / Non-Severable ServicesThis award identifies services that are severable in nature.9.3.Inherently Governmental FunctionsThis requirement has been reviewed and contains no services that are inherently governmental functions.9.4.InvoicesThe contractor shall submit invoices monthly to Wide Area Work Flow (WAWF) with sufficient documentation to provide certification of invoice.The contractor is responsible for properly preparing and forwarding to the appropriate Government official, the invoice and receiving report for payment.The contractor shall attach back up information to receiving reports for direct labor and Other Direct Costs (ODCs).Direct labor backup information shall reflect the person’s name, job title and quantity of hours worked for each pay period at a minimum.Backup information for ODCs shall list all elements of costs, such as travel breakout backup, including itinerary, dates of travel, name of employees traveling plus per diem costs shall accompany the receiving report.Equipment purchases are not authorized under this contract. The Wide Area Workflow – Receipt and Acceptance application is the required method of submission.Where applicable, contractor will include additional ODC invoice details as required per protocol for any volunteer payments in support of this PWS.9.5.Dissemination of Information/PublishingThere shall be no dissemination or publication, except within and between the Contractor and any Sub Contractors or specified Integrated Product/Process Team (IPT) members who have a need to know, of information developed under this order or contained in the reports to be furnished pursuant to this order without prior written approval of the COR or the Contracting Officer.9.6.Anti-Terrorism and Operational Security9.6.1.AT Level I Training.All contractor employees, including subcontractor employees, requiring access to Army installations, facilities, and controlled access areas shall completeAT Level I awareness training within30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable.The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR or to the contracting officer, if a COR is not assigned, within30 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil.9.6.2.Access and general protection/security policy and procedures.Contractor and all associated subcontractor employees shall provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office.Contractor workforce must comply with all personal identity verification requirements (CFR clause 52.204-9, Personal Identity Verification of Contract Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.a)For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13); applicable installation, facility and area commander installation and facility access and local security policies and procedures (provided by Government representative); or, at OCONUS locations, in accordance with status-of-forces agreements and other theater regulations.9.6.3.iWATCH Training. This standard language is for contractor employees with an area of performance within an Army-controlled installation, facility, or area.The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 15 calendar days of new employees commencing performance, with the results reported to the COR NLT 30 calendar days after contract award.10.Contract Manpower Reporting Application (CMRA) (Deliverable 6).This is a mandatory requirement IAW Army Federal Acquisition Regulation Supplement (AFARS) 5137.91, Accounting for Contract Services.The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the via a secure data collection site.The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil.Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30.While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013.Contractors may direct questions to the help desk at:http://www.ecmra.mil/.The contractor shall register under the "All Other Defense Components" module. The APHC Unit Identification Code (UIC) is W23MWP.11.ATTACHMENTSAttachment 1 – Acronyms ListATTACHMENT 1 – ACRONYMS LISTAcronymDefinitionAFARSArmy Federal Acquisition Regulation SupplementAKOArmy Knowledge OnlineAPHCArmy Public Health CenterAT OPSECAntiterrorism and Operational SecurityCACCommon Access CardCFRCode of Federal RegulationsCONUSContinental United StatesCORContracting Officer RepresentativeDFARSDefense Federal Acquisition Regulation SupplementDoDDepartment of DefenseFARFederal Acquisition RegulationFPCONForce Protection ConditionGFEGovernment Furnished EquipmentGFIGovernment Furnished InformationOCIOrganizational Conflict of InterestOCONUSOutside Continental United StatesOPSECOperational SecurityPWSPerformance Work StatementQASPQuality Assurance and Surveillance PlanSHARPSexual Assault Prevention and Response ProgramSOPStanding Operating ProcedureUICUnit Identification CodeUSUnited StatesWAWFWide Area Work Flow

Aberdeen Proving Ground - South 8968 Depot Rd Building E-1930 Aberdeen Proving Ground, Maryland 21010 United StatesLocation

Place Of Performance : Aberdeen Proving Ground - South 8968 Depot Rd Building E-1930

Country : United States

You may also like

VBA CISCO LIFECYCLE REFRESH

Due: 29 Oct, 2024 (in 6 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Y012387 - PO - NETAPP ARRAY - VM DATA

Due: 17 Sep, 2024 (in 4 months)Agency: OFFICES, BOARDS AND DIVISIONS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

519 -- Other Information Services/519120 -- Libraries and Archives
naicsCode 519120
pscCode DIT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS