Washington Bids > Bid Detail

WA Air National Guard Badging System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159254465498150
Posted Date: Aug 17, 2023
Due Date: Sep 7, 2023
Solicitation No: W50S9E23Q0020
Source: https://sam.gov/opp/6c1cc183b0...
Follow
WA Air National Guard Badging System
Active
Contract Opportunity
Notice ID
W50S9E23Q0020
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N6 USPFO ACTIVITY WAANG 194
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Aug 16, 2023 03:52 pm PDT
  • Original Date Offers Due: Sep 07, 2023 02:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5999 - MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS
  • NAICS Code:
    • 334419 - Other Electronic Component Manufacturing
  • Place of Performance:
    McChord AFB , WA 98438
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



Solicitation Number W50S9E23Q0020 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, Dated 02 Jun 2023 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20 Jul 2023. It is the contractor’s responsibility to become familiar with applicable clauses and provisions. This acquisition is under North American Industry Classification Standards (NAICS) code 334419 with no more than 750 employees.



The government intends to award a Firm Fixed Price (FFP) contract to a qualified Total Small Business deemed responsive in accordance with Federal Acquisition Regulation (FAR) Part 13. Quotes must conform to all requirements outlined in this Request for Quote (RFQ) and will be evaluated based upon the Best Value to the Government. Delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. No additional costs will be considered post award.





In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.





Description of Requirement: The 252 COG located at 855 Lincoln Blvd, McChord AFB, requires a badge security access system through integrating with or replacing the existing system in accordance with the Performance Work Statement dated 16 Aug 2023.





CLIN 0001: Security Access Badging System





$__________ Total





Period of Performance: 90 days after contract award.





Site Visit: A site visit will occur on 24 Aug 2023 at 10:00 AM local time, located at Bldg 855 Lincoln Blvd, McChord AFB. Please coordinate with 194.wg.fal.msc.contracting@us.af.mil if you will be attending the site visit.





Questions: Due 29 Aug 2023 at 2:00 PM local time.





Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 7 Sep 2023. Electronic offers required; telephone quotes will not be accepted. Quotes may be e-mailed to the attention of the points of contact listed below.





Buyer: Ramsey Millsap



Alternate Buyer: Justin Scherer



Email: 194.wg.fal.msc.contracting@us.af.mil





Award will only be made to contractors who have an active registration with System for Award Management (SAM). Vendors may register at: http://www.sam.gov





From Clause 52.212-2, Evaluation - Commercial Products and Commercial Services.





(a) The Government will award a 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 following factors shall be used to evaluate offers: price and, technical acceptability. Price will be evaluated based on the total price given for all CLINs. Technical acceptability will be deemed either ‘acceptable’ or ‘not acceptable’ based on quote adherence to the Performance Work Statement by the technical representative. This office will consider any late quotes or any late revisions of quotes as non-responsive.





Technical is approximately equal to price. This is a best value decision. “Best value” means the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement.







Submission of Invoices:



In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.





Provisions and Clauses: Clauses may be accessed electronically in full text through https://www.acquisition.gov/. FAR 2023-04, DATED: 02 Jun 2023. Contractors must be actively registered with the System for Award Management at https://sam.gov/content/home, and at Wide Area Work Flow (WAWF) at http://wawf.eb.mil.





P = Provisions C = Clauses * = Provision or Clause required to be Full Text





C – DFARS 252.225-7021, Trade Agreements



P – DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism



C – DFARS 252.243-7002, Request for Equitable Adjustment



P* DFARS 252.247-7022, Representation of Extent of Transportation by Sea



C – DFARS 252.247-7023, Transportation of Supplies by Sea



Clauses may be accessed electronically in full text through https://acquisition.gov.



FAC 2022-06, DATED: 26 April 2022. Contractors must be actively registered with the System for Award Management https://sam.gov, and at Wide Area Work Flow (WAWF) at https://wawf.eb.mil.



P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation



C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements



P-FAR 52.204-7, System for Award Management Registration



C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel



P-FAR 52.204-16, Commercial and Government Entity Code Maintenance



C-FAR 52.204-18, Commercial and Government Entity Code Maintenance



C–FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems



P-FAR 52.204-22, Alternative Line Proposal



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



C-FAR 52.204-25, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations



P-FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services





Instructions to Offerors—Commercial Products and Commercial Services



(Mar 2023)



(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition—



(1) Is set aside for small business and has a value above the simplified acquisition threshold;



(2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or



(3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.



(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show—



(1) The solicitation number;



(2) The time specified in the solicitation for receipt of offers;



(3) The name, address, and telephone number of the offeror;



(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;



(5) Terms of any express warranty;



(6) Price and any discount terms;



(7) "Remit to" address, if different than mailing address;



(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);



(9) Acknowledgment of Solicitation Amendments;



(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and



(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.



(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.



(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.



(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.



(f) Late submissions, modifications, revisions, and withdrawals of offers.



(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.



(2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-



(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or



(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or



(C) If this solicitation is a request for proposals, it was the only proposal received.



(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.



(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.



(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.



(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.



(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.



(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.



(i) Availability of requirements documents cited in the solicitation.



(1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-



GSA Federal Supply Service Specifications Section



Suite 8100 470 East L’Enfant Plaza, SW



Washington, DC 20407



Telephone (202) 619-8925



Facsimile (202) 619-8978.



(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.



(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:



(i) ASSIST ( https://assist.dla.mil/online/start/).



(ii) Quick Search ( https://quicksearch.dla.mil/).



(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-



(i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm);



(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or



(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.



(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.



(j) Unique entity identifier.(Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.



(k) [Reserved]



(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:



(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.



(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.



(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.



(4) A summary of the rationale for award;



(5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror.



(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.



(End of provision)





P-FAR 52.212-2, Evaluation - Commercial Products and Commercial Services.





(a) The Government will award a 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 following factors shall be used to evaluate offers: price and, technical acceptability. Price will be evaluated based on the total price given for all CLINs. This office will consider any late quotes or any late revisions of quotes as non-responsive.





Technical is approximately equal to price. This is a best value decision. “Best value” means the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & delivery will be considered in the streamlined evaluation. In the best value decision, the Government may consider any readily available value indicators (examples include special features of the supply or service required for effective program performance, trade-in considerations, probable life of the item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, and delivery terms). This may result in award being made to a higher-rated, higher-priced quote. The Government’s selection of a higher-rated, higher-priced quote will be supported by a determination that the technical/warranty superiority merits the additional cost involved.



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



P-FAR 52.212-3, ALT 1 Offeror Representations and Certifications—Commercial Products and Commercial Services (Dec 2022)



52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services.







C-FAR 52.212-4, Contract Terms and Condition-Commercial Items



C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply



C-FAR 52.217-5, Evaluation of Options



C-FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item, The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.



C-FAR 52.219-6, Notice of Total Small Business Set-Aside



C-FAR 52.219-28, Post Award Small Business Representation



C-FAR 52.222-3, Convict Labor



C-FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies



C-FAR 52.222-21, Prohibition of Segregated Facilities



C-FAR 52.222-26, Equal Opportunity



C-FAR 52.222-41, Service Contract Labor Standards – See Wage Rates located after this



Provisions and Clauses section.



C*-FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)



In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor ( 29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5 332.



This Statement is for Information Only: It is not a Wage Determination



Employee Class Monetary Wage -- Fringe Benefits Equivalent Federal Wage Rate



23181 - Electronics Technician Maintenance I - 37.51



(End of Clause)





C-FAR 52.222-50, Combating Trafficking in Persons



C-FAR 52.222-55, Minimum Wage Rates Under Executive Order 13658



C-FAR 52.222-62, Paid Sick Leave Executive Order 13706



C-FAR 52.223-5, Pollution Prevention and Right to Know Information



C-FAR 52.223-15, Energy Efficiency in Energy Consuming Products



C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving



C-FAR 52.225-13, Restrictions on Certain Foreign Purchases



C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management



C-FAR 52.232-39, Unenforceability of Unauthorized Obligations



C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors



C-FAR 52.233-3, Protest After Award



C FAR 52 233 4 Applicable Law for Breach of Contract Claim



C-FAR 52.233-4, Applicable Law for Breach of Contract Claim



P-FAR 52.237-1, Site Visit



C-FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation



P-FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments



C*-FAR 52.252-2, Clauses Incorporated by Reference – This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: https://acquisition.gov



C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials



C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights



C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials



C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors



C* - DFARS 252.211-7003, Item Unique Identification and Valuation



C-DFARS 252.211-7008, Use of Government-Assigned Serial Number



P-DFARS 252.213-7000, Notice to Prospective Suppliers on the use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations



C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials



C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium



C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program



C-DFARS 252.225-7031, Secondary Arab Boycott of Israel



C-DFARS 252.225-7048, Export-Controlled Items.



C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)



C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions



C-DFARS 252.232-7010, Levies on Contract Payments



C-DFARS 252.244-7000, Subcontracts for Commercial Items



P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III



C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities



Equal Opportunity for Workers with Disabilities (Jun 2020)



(a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities.



(b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of the threshold specified in Federal Acquisition Regulation (FAR) 22.1408(a) on the date of subcontract award, unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.



(End of clause)



C-FAR 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR WAANG DO NOT DELETE 101 41ST DIVISION WAY
  • CAMP MURRAY , WA 98430-5035
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 16, 2023 03:52 pm PDTCombined 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 >