Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2013 FBO #4087
DOCUMENT

H -- LOAD BANK TESTING ON GENERATORS - Attachment

Notice Date
1/30/2013
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;VA Pittsburgh Healthcare System;Acquisitions (90A);1010 Delafield Road;Pittsburgh PA 15215-1802
 
ZIP Code
15215-1802
 
Solicitation Number
VA24413Q0357
 
Response Due
2/8/2013
 
Archive Date
2/8/2013
 
Point of Contact
jesse.rumbel@va.gov
 
E-Mail Address
Contracting Officer
(Jesse.Rumbel@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VA Pittsburgh Healthcare System is seeking potential Service Disabled Veteran Owned Small Business for the below Scope of work. The NAICS code for this procurement is 238210 with a business size standard of 14 mil. This sources sought closes on 2/3/2013 and a competitive procurement will be posted to FEDBIZOPS with an estimated date of 2/4/2013 to 2/8/2013. STATEMENT OF WORK A.GENERAL INFORMATION DESCRIPTION/SPECIFICATIONS 1.This Scope of Work (SOW) requires the Contractor to provide load bank testing services on the generators located at the following facilities listed below: Oakland DivisionH. J. HEINZ III Division University Drive "C"1010 Delafield Rd Pittsburgh PA 15240Pittsburgh PA 15215 John Neal (412) 360-1093 Robert Bennett (412) 822-3235 2.This contract shall include, but shall not be limited to the following: A.LOAD BANK TESTING LOCATED AT VA PITTSBURGH HEALTHCARE SYSTEM, H J HEINZ DIVISION, 1010 DELAFIELD RD, PITTSBURGH, PA 15240 ALL TESTING WILL BE DONE IN ACCORDANCE WITH TJC, ANSI,OSHA, VA, AND NFPA STANDARDS AS FOLLOWS: *25% OF NAMEPLATE RATING FOR 30 MINUTES *50% OF NAMEPLATE RATING FOR 30 MINTUES *75% OF NAMEPLATE RATING FOR 210 MINUTES ALL WORK TO BE COMPLETED DURING NORMAL WORKING HOURS (7:30am to 3:30pm) AND SEVICE WILL BE SCHEDULE WITH COR FOR THIS SERVICE BOB BENNETT, MAINTENANCE SUPERVISOR AT 412-822-3235 OR TOM CONWAY, SUPERVISORY ENGINEER AT 412-360-3665. BUILDING 32- 60 KW BUILDING 32/IT DATA CENTER- 1000 KW BUILDING 70- 250KW BUILDING 71- 750KW B.LOAD BANK TESTING LOCATED AT VA PITTSBURGH HEALTHCARE SYSTEM, OAKLAND DIVISION, UNIVERSITY DRIVE C, PITTSBURGH PA 15215 ALL TESTING SHALL BE DONE IN ACCORDANCE WITH TJC, ANSI, OSHA, VA, AND NFPA STANDARDS AS FOLLOWS: * 25% OF NAMEPLATE RATING FOR 30 MINUTES * 50% OF NAMEPLATE RATING FOR 30 MINTUES * 75% OF NAMEPLATE RATING FOR 210 MINUTES ALL WORK TO BE COMPLETED DURING NORMAL WORKING HOURS (7:00am to 3:30pm) AND SEVICE WILL BE SCHEDULE WITH CONTRACT OFFICER REPRESENTATIVE (COR) FOR THIS SERVICE JOHN NEAL, MAINTENANCE SUPERVISOR AT 412-360-1093 OR TOM CONWAY, SUPERVISORY ENGINEER AT 412-360-3665. BUILDING 1/AMBULATORY SURGERY- 400 KW BUILDING 1/PARKING GARAGE- 800 KW BUILDING 29- 1260 KW BUILDING 8/CHILLER PLANT- 3 MG 1. Vendor shall provide a Certificate of Insurance for Liability and Workman's Compensation upon request from the Contracting Officer. 2. Vendor is liable for any negligence, as a result of poor workmanship or testing procedures. 1.SCHEDULING WORK a. Normally, Contractor working hours shall be 7:00a- 3:30p, Monday through Friday, excluding Federal holidays (New Years Day, Martin Luther King Day, Washington's Birthday, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day.) and any day specifically declared by the President of the United States to be a National Holiday. Emergency callback service shall be provided at any hour of any day of the week. Only when so authorized by the Engineering Officer or designee may any portion of the work other than after-hours emergency callback service may be performed outside of normal working hours. 2. DELIVERABLES: a. The awarded contractor shall provide a detailed spreadsheet indicating the testing performed for each generator. At a minimum each Spreadsheet shall list the specific generator, date and location the testing was performed. These reports are to be presented to the appointed contract officer representatives and do no later than the close of business March 1st of every fiscal year. After acceptance of the work and reports are delivered the Veterans Administrations becomes the owner of all information in the reports. 3. REPORTING DEFECTS: The Contractor shall immediately notify the Contracting Officer or COR in writing in a separate report from the load bank testing of the existence of any defects in, or repairs required to the generators and shall furnish a written estimate of the cost to make the necessary repairs. The deficiencies repairs shall not be part of this contract. Any repairs identified under this contract will be required to be repaired under a separate procurement. The VA Pittsburgh Healthcare System reserves these rights to source to another contractor if so required. 4. PERIOD OF PERFORMANCE: The Contractor is to provide rates for providing the above service for award of a multi-year contract, as-listed below: BASE YEAR PERIOD OF PERFORMANCE 2/19/2013 - 2/22/2013 OPTION YEAR ONE PERIOD OF PERFORMANCE 2/19/2014 2/22/2014 OPTION YEAR TWO PERIOD OF PERFORMANCE 2/19/2015 - 2/22/2015 OPTION YEAR THREE PERIOD OF PERFORMANCE 2/19/2016 - 2/22/2016 OPTION YEAR FOUR PERIOD OF PEFORMANCE 2/19/2017 - 2/22/2017 ALL REPORTS SHALL BE DELIVERED TO THE CONTRACT OFFICER REPRESENATIVE (COR) NO LATER THAN MARCH 1ST OF EVERY YEAR. EVALUATION CRITERIA AND BASIS FOR AWARD: The Government will evaluate quotes on the basis of the following six (6) factors: 1. Price 2. Technical Approach 3. Past Performance 4. Schedule of Service Requirement Dates 5. Service Disabled Veteran Owned Status B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, and together with associated submilestone dates. The contractor's subtask structure shall be reflected in the Request for Quote (RFQ) and detailed project management plan (PMP). 2. All written deliverables will be phrased in layperson language. Statistical and other technical terminology will not be used without providing a glossary of terms. 3. Where a written milestone deliverable is required in draft form, the COR will complete their review of the draft deliverable within 15 calendar days from date of receipt. D. INSTRUCTIONS TO OFFERORS FOR OFFERER SUBMISSION A. Qualifications of Offerors: Offers will be considered only from Contractors who are regularly established in the business called for and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. All services are expected to be performed by competent Certified Electricians, trained and qualified to complete the specific services required. All work performed shall be done in a manner commensurate with the highest industry standards and in accordance with good commercial practices. B. Acceptable Offers: Offerors must submit offers in accordance with the "Instructions for Request for Quote Submission" in this section. Complete offers must be prepared and emailed according to the instructions. C. Instructions for Request for Quote (RFQ) Submission: So that each Offeror's RFQ can be properly evaluated, it is necessary that each Offeror respond to all items. Offerors are to propose how they intend to fulfill the requirements of this solicitation and how their total offer will meet or exceed the minimum needs of the Government. The technical offer will primarily determine the qualifications and capability of the Offeror to furnish the services as stated in this solicitation. It should be specific and complete in every detail. The offer should be concise and provide sufficient information to demonstrate the Offeror's capacity to satisfactorily fulfill the Government requirement; therefore, Offerors should assure that their ability to meet or exceed these requirements is adequately represented in their offer. Failure to meet any one of these requirements or an incomplete offer may result in rejection of the offer. The VA will not pay any costs incurred for the preparation and submission of offers. Note: Offerors are advised that they are not restricted in what is presented in their offers as long as sufficient materials are provided to allow evaluation of offers based on evaluation factors as defined below in paragraph E - Evaluation Factors for Award. D. Preparation - Offeror RFQ Outline: Each section shall be specifically labeled and identifiably separate from other sections of the offer: Section 1 - Cover Letter Section 1 shall be a maximum two-page cover letter and introduction and shall include the name and address of the organization submitting the offer, together with the name, address, and telephone number of the contact person who has the actual power to make an offer/negotiate and make representations relative to the offer and any resultant contact for the organization. Section 2 - Table of Contents Section 2 shall be a detailed Table of Contents and shall include an outline of the offer, identified by a sequential page number and by section reference and section title. Section 3 - Price Section 3, price offers, shall contain: 1) the signed SF 1449, Solicitation/Contract/Order for Commercial Items, on which the Offeror has completed blocks 12, 17a, 17b, 30a, 30b, and 30c; 2) completion of contractor information and acknowledgement of any amendments and DUNS number in Section B - Contract Administration Data; 3) Completed Schedule of Supplies or Services and Prices/Costs; and 4) completed Representations and Certifications in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or completed annual representations and certifications electronically via the Online Representations and Certifications Application SAM.GOV, and 5) required completed Contractor Certification in System for Award Management (SAM). Section 4 - Technical Offer Section 4 shall be the Offeror's response to the Technical Evaluation Factor 2, addressing all subfactors in the order identified (see Par. E.2 below). Offeror's RFQ should represent an understanding of the factors and the associated criteria and demonstrate the excellence of the work offered and the ability of the Offeror to actually accomplish what is offered. Section 5 - Past Performance Section 5 shall consist of a list of at least three (3) and no more than five (5) past or ongoing Load Bank Testing Contracts. List shall consist of company name, address, point of contact (POC) and phone number. Services must have been performed under the identified contracts within the past three (3) years from date of Offeror's RFQ. Section 6 - Service-Disabled Veteran Owned (SDVOSB) and Veteran-Owned Small Business (VOSB) Utilization Section 6 shall consist of a narrative identifying Offeror's status as an SDVOSB registered and verified in the VA's Vendor Information Pages (VIP) database. In the event that there are no SDVOSB responses a non-veteran small business may be evaluated for an award. If there is no SDVOSB response a narrative must identify the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar value of the proposed subcontracts. The proposed subcontractors must be registered and verified in the VIP database. E. Evaluation Factors for Award: Offers will be evaluated based upon the factors and criteria set forth below. These factors are listed in descending order of importance with Factor 1 being the most important and Factor 4 being the least important. Subfactors are listed in descending order of importance. The Offerors will be evaluated on their responses to these evaluation factors. Offerors are reminded to address each of these factors in detail since source selection will result from this evaluation process. 1. FACTOR 1 - PRICE Price Offer: Price Offer indicates the Offeror's total price to the Government, if selected. The offered prices shall be inclusive of all requirements in this solicitation and shall contain the Offeror's best terms from a price standpoint. The lowest evaluated reasonable price will be given the highest ranking for price evaluation purposes, and all other offers will be ranked based on their relationship to the lowest evaluated reasonable price. The Contracting Officer will make a determination as to whether pricing is fair and reasonable. Contractor shall submit an itemized breakdown of all price elements that make up the unit pricing offered. 2. FACTOR 2 - TECHNICAL APPROACH AND CAPABILITY SUBFACTOR 2A - Technical Approach Offeror will be evaluated regarding the overall technical approach that will be utilized to perform the required work. 1. Describe your technical approach for the services offered to meet the Governments requirement as outlined by the Statement of Work. At a minimum: A. Provide a detailed written description of how your firm plans to accomplish the tasks in a timely manner. B. Provide a preliminary schedule indicating key milestones for the deliverable items identified in the Statement of Work. C. Provide written management plan on how the Offeror intends to manage the contract. The plan shall be in sufficient detail to demonstrate understanding of the statement of work. SUBFACTOR 2B - Staffing/Contractor Personnel Offeror shall provide evidence of qualified personnel, indicating responsibility for quality control, staff training, procedures, and scheduling expertise and demonstrate that there is sufficient staffing (including supervisory and/or managerial staff) to meet the requirements identified in the SOW. The response shall address individual qualifications of the staff proposed to fulfill the requirements as stated in the SOW (name, education, level of training, licensure information, and experience), and furnish copies of any certifications and licensing certificates for proposed employees along with the technical offer. Resumes shall be provided for key personnel. Any replacement personnel must have the same credentials as the individual initially proposed. Offeror's response shall demonstrate ability to provide staffing to meet the response times specified in the SOW. SUBFACTOR 2C - Delivery Schedule Offeror will be evaluated on the delivery schedule in accordance with the statement of work 1.Provide a detailed schedule of how the testing will be performed as well as a plan to meet the February 19, 2013 deadline for inspection and the March 1 2013 deadline for reports required. 2. Offerors will be evaluated on the feasibility and completeness of the described technical approach. The Government will assess the Contractor's understanding of the requirements set forth in the SOW. 3. FACTOR 3 - PAST PERFORMANCE This factor evaluates how the firm performed on projects of similar size and scope. Offeror shall provide information that will allow the Government to evaluate the Offeror's compliance with previous contract requirements, accuracy of reports, and technical excellence. Provide one reference for similar projects or contracts awarded of similar size and scope to include: name, address, telephone numbers, and e-mail addresses for ongoing projects or projects performed within the last three (3) years from the date of release of this Solicitation. In the case of a contractor without a record of relevant past performance, the contractor shall be evaluated neither favorable nor unfavorably on past performance. E. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. F. REPORTING REQUIREMENTS 1. The contractor shall provide the COR with a yearly report do no later than March 1 of every fiscal year. G. TRAVEL Travel and per diem shall be reimbursed in accordance with VA/Federal Travel Regulations. Travel requests must be submitted COR and approved by the CO prior to departure. Estimated Travel may be priced separately in the price schedule and evaluated at the time of award. H. SECURITY Security Training Each Contractor employees and subcontractors under this contract are required to complete the VA's on-line Security Awareness Training Course and the Privacy Awareness Training Course annually. Contractor employees shall also complete VA Privacy and Information Security Training and Rules of Behavior or each Contractor Employee must be escorted by the Contract Officer Representative (COR) at all times. Contractors must provide signed certifications of completion to the COR during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). This is required within 15 days of the initial award and within 5 days of any option year exercised under this contract. Contractor Personnel Security The contractor shall be required to comply with all physical security guidelines by either checking in with the VA Police each time they come on-site to perform contracted services or by obtaining a VA Contractor ID badge from the VA Police. 1. Background Investigation N/A 2. Contractor Responsibilities a. Contractor shall have no access to any VA sensitive information under this contract. b. Contractor shall possess a valid State Driver's License, and vehicle insurance. c. Complete and sign the below Rules of Behavior and all training certificates required submit all information to the COR. CONTRACTOR RULES OF BEHAVIOR This User Agreement contains rights and authorizations regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with the Department of Veterans Affairs (VA). This User Agreement covers my access to all VA data whether electronic or hard copy ("Data"), VA information systems and resources ("Systems"), and VA sites ("Sites"). This User Agreement incorporates Rules of Behavior for using VA, and other information systems and resources under the contract. 1. GENERAL TERMS AND CONDITIONS FOR ALL ACTIONS AND ACTIVITIES UNDER THE CONTRACT: a.I understand and agree that I have no reasonable expectation of privacy in accessing or using any VA, or other Federal Government information systems. b.I consent to reviews and actions by the Office of Information & Technology (OI&T) staff designated and authorized by the VA Chief Information Officer (CIO) and to the VA OIG regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with the VA. These actions may include monitoring, recording, copying, inspecting, restricting access, blocking, tracking, and disclosing to all authorized OI&T, VA, and law enforcement personnel as directed by the VA CIO without my prior consent or notification. c.I consent to reviews and actions by authorized VA systems administrators and Information Security Officers solely for protection of the VA infrastructure, including, but not limited to monitoring, recording, auditing, inspecting, investigating, restricting access, blocking, tracking, disclosing to authorized personnel, or any other authorized actions by all authorized OI&T, VA, and law enforcement personnel. d.I understand and accept that unauthorized attempts or acts to access, upload, change, or delete information on Federal Government systems; modify Federal government systems; deny access to Federal government systems; accrue resources for unauthorized use on Federal government systems; or otherwise misuse Federal government systems or resources are prohibited. e.I understand that such unauthorized attempts or acts are subject to action that may result in criminal, civil, or administrative penalties. This includes penalties for violations of Federal laws including, but not limited to, 18 U.S.C. §1030 (fraud and related activity in connection with computers) and 18 U.S.C. §2701 (unlawful access to stored communications). f.I agree that OI&T staff, in the course of obtaining access to information or systems on my behalf for performance under the contract, may provide information about me including, but not limited to, appropriate unique personal identifiers such as date of birth and social security number to other system administrators, Information Security Officers (ISOs), or other authorized staff without further notifying me or obtaining additional written or verbal permission from me. g.I understand I must comply with VA's security and data privacy directives and handbooks. I understand that copies of those directives and handbooks can be obtained from the Contracting Officer Representative (COR). If the contractor believes the policies and guidance provided by the COR is a material unilateral change to the contract, the contractor must elevate such concerns to the Contracting Officer for resolution. h.I will report suspected or identified information security/privacy incidents to the COR and to the local ISO or Privacy Officer as appropriate. 2. GENERAL RULES OF BEHAVIOR a.Rules of Behavior are part of a comprehensive program to provide complete information security. These rules establish standards of behavior in recognition of the fact that knowledgeable users are the foundation of a successful security program. Users must understand that taking personal responsibility for the security of their computer and the information it contains is an essential part of their job. b.The following rules apply to all VA contractors. I agree to: (1)Follow established procedures for requesting, accessing, and closing user accounts and access. I will not request or obtain access beyond what is normally granted to users or by what is outlined in the contract. (2)Use only systems, software, databases, and data which I am authorized to use, including any copyright restrictions. (3)I will not use other equipment (OE) (non-contractor owned) for the storage, transfer, or processing of VA sensitive information without a VA CIO approved waiver, unless it has been reviewed and approved by local management and is included in the language of the contract. If authorized to use OE IT equipment, I must ensure that the system meets all applicable 6500 Handbook requirements for OE. (4)Not use my position of trust and access rights to exploit system controls or access information for any reason other than in the performance of the contract. (5)Not attempt to override or disable security, technical, or management controls unless expressly permitted to do so as an explicit requirement under the contract or at the direction of the COR or ISO. If I am allowed or required to have a local administrator account on a government-owned computer, that local administrative account does not confer me unrestricted access or use, nor the authority to bypass security or other controls except as expressly permitted by the VA CIO or CIO's designee. (6)Contractors' use of systems, information, or sites is strictly limited to fulfill the terms of the contract. I understand no personal use is authorized. I will only use other Federal government information systems as expressly authorized by the terms of those systems. I accept that the restrictions under ethics regulations and criminal law still apply. (7)Grant access to systems and information only to those who have an official need to know. (8)Protect passwords from access by other individuals. (9)Create and change passwords in accordance with VA Handbook 6500 on systems and any devices protecting VA information as well as the rules of behavior and security settings for the particular system in question. (10)Protect information and systems from unauthorized disclosure, use, modification, or destruction. I will only use encryption that is FIPS 140-2 validated to safeguard VA sensitive information, both safeguarding VA sensitive information in storage and in transit regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with the VA. (11)Follow VA Handbook 6500.1, Electronic Media Sanitization to protect VA information. I will contact the COR for policies and guidance on complying with this requirement and will follow the COR's orders. (12)Ensure that the COR has previously approved VA information for public dissemination, including e-mail communications outside of the VA as appropriate. I will not make any unauthorized disclosure of any VA sensitive information through the use of any means of communication including but not limited to e-mail, instant messaging, online chat, and web bulletin boards or logs. (13)Not host, set up, administer, or run an Internet server related to my access to and use of any information assets or resources associated with my performance of services under the contract terms with the VA unless explicitly authorized under the contract or in writing by the COR. (14)Protect government property from theft, destruction, or misuse. I will follow VA directives and handbooks on handling Federal government IT equipment, information, and systems. I will not take VA sensitive information from the workplace without authorization from the COR. (15)Only use anti-virus software, antispyware, and firewall/intrusion detection software authorized by VA. I will contact the COR for policies and guidance on complying with this requirement and will follow the COR's orders regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with VA. (16)Not disable or degrade the standard anti-virus software, antispyware, and/or firewall/intrusion detection software on the computer I use to access and use information assets or resources associated with my performance of services under the contract terms with VA. I will report anti-virus, antispyware, firewall or intrusion detection software errors, or significant alert messages to the COR. (17)Understand that restoration of service of any VA system is a concern of all users of the system. (18)Complete required information security and privacy training, and complete required training for the particular systems to which I require access. 3. ADDITIONAL CONDITIONS FOR USE OF NON- VA INFORMATION TECHNOLOGY RESOURCES a.When required to complete work under the contract, I will directly connect to the VA network whenever possible. If a direct connection to the VA network is not possible, then I will use VA approved remote access software and services. b.Remote access to non-public VA information technology resources is prohibited from publicly-available IT computers, such as remotely connecting to the internal VA network from computers in a public library. c.I will not have both a VA network line and any kind of non-VA network line including a wireless network card, modem with phone line, or other network device physically connected to my computer at the same time, unless the dual connection is explicitly authorized by the COR. d.I understand that I may not obviate or evade my responsibility to adhere to VA security requirements by subcontracting any work under any given contract or agreement with VA, and that any subcontractor(s) I engage shall likewise be bound by the same security requirements and penalties for violating the same. 4. STATEMENT ON LITIGATION This User Agreement does not and should not be relied upon to create any other right or benefit, substantive or procedural, enforceable by law, by a party to litigation with the United States Government. 5. ACKNOWLEDGEMENT AND ACCEPTANCE I acknowledge receipt of this User Agreement. I understand and accept all terms and conditions of this User Agreement, and I will comply with the terms and conditions of this agreement and any additional VA warning banners, directives, handbooks, notices, or directions regarding access to or use of information systems or information. The terms and conditions of this document do not supersede the terms and conditions of the signatory's employer and VA. Print or type your full nameSignature Last 4 digits of SSNDate Office PhonePosition Title Contractor's Company Name I. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. All offers packages shall be emailed to Jesse.Rumbel@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24413Q0357/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-13-Q-0357 VA244-13-Q-0357_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=600029&FileName=VA244-13-Q-0357-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=600029&FileName=VA244-13-Q-0357-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02976314-W 20130201/130130234838-85f05766b7ae59a00dfb4fbbc7df483a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.