DOCUMENT
65 -- Nursing Service Telemtery - Attachment
- Notice Date
- 3/27/2013
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
- ZIP Code
- 95652-1012
- Solicitation Number
- VA26113R0941
- Response Due
- 4/5/2013
- Archive Date
- 6/4/2013
- Point of Contact
- Samuel Bon
- E-Mail Address
-
3-4563<br
- Small Business Set-Aside
- N/A
- Description
- This document 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. This announcement constitutes the only solicitation, Offers are being requested, and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government intends to solicit competitive offers. Interested persons may submit offers, and all eligible offers received prior to April, 5th 2013 will be considered by the Government. The NAICS code is 339112 and the size standard is 500 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. Only emailed requests received directly from the requester are acceptable. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). **All Clins are considered Brand Name or Equal. ** CLIN w/DESCRIPTION/QTY/UNIT/UNIT PRICE/TOTAL AMOUNT ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1865346 1 ITS3171A SMART-HOPPING APC2.00EA____________________________________ 2Product Number: 989803171211ITS4843B SMART-HOPPING 1.4 GHZ AP28.00EA____________________________________ 3Product Number: MXU0068MOUNTING KITS INCLUDING: A03 TELE SYSTEM MOUNTING KIT28.00EA____________________________________ 4Product Number: MXU0069CONNECTOR KITS INCLUDING: A03 TELE SYSTEM CONNECTOR KIT A04 CLINICAL SYSTEM CABLE28.00EA____________________________________ 5Product Number: 865350MX40 1.4 GHZ SMART HOPPING INCLUDING: C01 ENHANCED ARRHYTHMIA C03 VITALS TREND J46 SHORT RANGE RADIO S02 FAST SPO2 ENABLED40.00EA____________________________________ 6Product Number: 989803171811CBL ECG 3LEAD GRABBER, AAMI + SPO2, TELE40.00EA____________________________________ 7Product Number: 862114M4844A PHILIPS SYNC UNIT3.00EA____________________________________ 8Product Number: 86215212 PORT POWER OVER ETHERNET3.00EA____________________________________ 9Product Number: 865059LARGE TOUCH FLAT PANEL DISPLAY8.00EA____________________________________ 10Product Number: 86505524 PORT UTP/FX SWITCH INLUCUDING: A02 CISCO 100FX MULTIMODE GBIC (2 EACH)2.00EA____________________________________ 11Product Number: 865053REMOTE IIC SPEAKER KIT6.00EA____________________________________ 12Product Number: 862123PWATCHDOG UPS3.00EA____________________________________ 13Product Number: H1028BINSTALLATION SITE SERVICES INCLUDING: A04 FACILITIES IMPLEM SOLUTIONS (890500)1.00EA____________________________________ 14Product Number: H1028BINSTALLATION SITE SERVICES INCLUDING: A07 PROJECT MNGEMT IMPLEM SOLUTIONS (890500)1.00EA____________________________________ 15Product Number: H1028BINSTALLATION SITE SERVICES INCLUDING: A09 REMOTE HARDWARE SERVICES (890500)1.00EA____________________________________ 16Product Number: H1028BINSTALLATION SITE SERVICES INCLUDING: A10 SITE SPECIFIC IMPLEM SOLUTIONS (890500)1.00EA____________________________________ 17Product Number: H1028BINSTALLATION SITE SERVICES INCLUDING: A13 PRODUCT UPGRADE IMPLEM SOLUTIONS (890500)1.00EA____________________________________ 18Product Number: 890539CLINICAL CONFIG & IMPLEM SERVICES (CMS) INCLUDING: A03 3 CONSECUTIVE STANDARD SHIFTS1.00EA____________________________________ 19Product Number: 890539CLINICAL CONFIG & IMPLEM SERVICES (CMS) INCLUDING: A07 2 CONSECUTIVE OVERTIME SHIFTS1.00EA____________________________________ 20Product Number: 865418M3155 INFO CNTR NETWORK DB REL N.0 INCLUDING: A16 16 PATIENT CAPABILITY C01 DUAL DISPLAY CAPABILITY C14 HL7 EXPORT H10 PC HARDWARE H20 UPS HARDWARE L01 ADD ENGLISH HARDCOPY IFU WLD DEVICE LOCATION2.00EA____________________________________ 21Product Number: MXU0068MOUNTING KITS INCLUDING: A02 CENTRAL MOUNTING KIT2.00EA____________________________________ 22Product Number: MXU0069CONNECTOR KITS INCLUDING: A02 CENTRAL SYSTEM CONNECTOR KIT A04 CLINICAL SYSTEM CABLE2.00EA____________________________________ 23Product Number: 865427M3155 UPGRADE REL N.0 INCLUDING: A06 6 PATIENT UPGRADE C01 ADD DUAL DISPLAY HARDWARE C14 ADD HL7 EXPORT H10 PC HARDWARE H20 UPS HARDWARE U03 SOFTWARE UPGRADE WLD DEVICE LOCATION US ONLY1.00EA____________________________________ 24Product Number: 865427M3155 UPGRADE REL N.0 INCLUDING: A16 16 PATIENT UPGRADE C01 ADD DUAL DISPLAY HARDWARE C14 ADD HL7 EXPORT H10 PC HARDWARE H20 UPS HARDWARE U03 SOFTWARE UPGRADE WLD DEVICE LOCATION US ONLY1.00EA____________________________________ 25Product Number: 865427M3155 UPGRADE REL N.0 INCLUDIING: A16 16 PATIENT CAPABILITY C01 DUAL DISPLAY CAPABILITY H10 PC HARDWARE H20 UPS HARDWARE WLD DEVICE LOCATION US ONLY3.00EA____________________________________ 26Product Number: 865415M3151 INFORMATION CENTER CLIENT REL N.0 INCLUDING: A16 16 PATIENT CAPABILITY C01 DUAL DISPLAY CAPABILITY H10 PC HARDWARE H20 UPS HARDWARE L01 ADD ENGLISH HARDCOPY IFU2.00EA____________________________________ 27Product Number: MXU0068MOUNTING KITS INCLUDING: A02 CENTRAL MOUNTING KIT2.00EA____________________________________ 28Product Number: MXU0069CONNECTOR KITS INCLUDING: A02 CENTRAL SYSTEM CONNECTOR KIT A04 CLINICAL SYSTEM CABLE2.00EA____________________________________ 29Product Number: 865424M3151 UPGRADE REL N.0 INCLUDING: A16 16 PATIENT UPGRADE C01 ADD DUAL DISPLAY HARDWARE H10 PC HARDWARE H20 UPS HARDWARE U03 SOFTWARE UPGRADE1.00EA____________________________________ 30Product Number: 865424M3151 UPGRADE REL N.0 INCLUDING: A16 16 PATIENT UPGRADE C01 ADD DUAL DISPLAY HARDWARE H10 PC HARDWARE H20 UPS HARDWARE U03 SOFTWARE UPGRADE1.00EA____________________________________ 31Product Number: 865429M3154 UPGRADE REL N.0 INCLUDING: AA8 8 M3155 CONNECT UPGRADE H12 RACK-MOUNT SERVER HW H20 UPS HARDWARE U03 SOFTWARE UPGRADE1.00EA____________________________________ 32Product Number: 890539CLINCIAL CONFIG & IMPLEM SERVICES (CMS) INCLUDING: A09 4 CONSECUTIVE OVERTIME SHIFTS1.00EA____________________________________ 33Product Number: M1191BREUSABLE ADULT SPO2 SENSOR (989803144371)40.00EA____________________________________ 34Product Number: MXU0040WMTS REGISTRATION SERVICES1.00EA____________________________________ 35Product Number: MXU0115EMERGIN IMPLEM - 10.01.00EA____________________________________ 36Product Number: 865357EMERGIN HARDWARE - REL 10 ONLY INCLUDING: HW1 RACK SERVER FOR GATEWAY1.00EA____________________________________ GRAND TOTAL__________________ Delivery, acceptance, and FOB Destination Point: ITEMS ALL QUANTITY ALL Requested Delivery Date: 09/01/2013 SHIP TO: (See Statement of Work Below for exact addresses) ATTN: TBD Sacramento VA Medical Center 10535 Hospital Way Mather, CA 95655 Statement of Work (SOW) 1.Contractor to furnish and install telemetry system at 10535 Hospital Way, Mather, CA 95655. System to include installation site services and clinical configuration of 1.4 GHz telemetry system, central stations/information centers, database server, patient monitors/transceivers, and paging system interface. 2.Furnish and install telemetry system including installation site services and clinical configuration of 1.4 GHz telemetry system, central stations/information centers, database server, patient monitors/transceivers, and paging system interface. Implementation services to include project management services and oversight of all work, site specific installation solutions, remote hardware installation and services, and product upgrade solutions. Additionally, implementation will include Wireless Medical Telemetry Service (WMTS)registration and installation of paging system interface. 3.Parts: Contractor shall furnish all necessary parts as required to install telemetry system, including central stations/information centers, database server, patient monitors/transceivers, and paging system interface. All parts supplied shall be Original Equipment Manufacturer (OEM) and compatible with existing equipment. Contractor shall use new parts. 4.Service Call: Contractor personnel shall schedule with the Biomedical Engineering Technician in charge of the equipment. 5.Documentation: Contractor shall provide individual service reports that reference services performed on the equipment at the conclusion installation. All Reports will be emailed or mailed. 6.Contractor Qualifications: Contractor personnel shall be trained and qualified to install all components of the telemetry system. Contractor personnel shall provide proof of successful completion of training and certification, upon customer inquiry. 7.ID Badges, Parking, and Smoking Policy: 8.Badges: All Contractor personnel shall wear identification (ID) badges when on VA property and surrounding grounds. Contractor ID badges must have an identification picture, name of the individual and the represented company depicted on it. VA badges will also need to be worn while on VA grounds and should be obtained through the VA Police or Information Desk. 9.Parking on VA grounds: Contractor personnel shall park only in designated parking areas. Parking information is available from the VA Police Service. The VA will not invalidate or make reimbursement for parking violations of Contractor personnel under any circumstances. 10.Smoking: Smoking is not permitted within or around the VA Healthcare System facilities, except in designated areas. 11.Hours of Performance: All services shall be performed during normal working hours of coverage from 8:00 am to 4:00 pm as scheduled with the Biomedical Engineering Department. 12.At a minimum, maintenance/installation (warranty) contracts, in which VA sensitive information and/or systems are accessed by a VA contractor/subcontractor require the following five requirements per 38 U.S.C. § § 5723 and 5725: 13.Minimum Statutory Requirements a.VA Information Custodial Language - A prohibition on unauthorized disclosure: See VA handbook 6500.6 Appendix C, paragraph 3a. - Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). b. Security Incident Investigation- A requirement for data breach notification: See VA Handbook 6500.6, Appendix C, paragraph 6.a. -The term "security incident" means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. c. Liquidated Damages for Data Breach - A requirement to pay liquidated damages in the event of a data breach: See VA Handbook 6500.6, Appendix C, paragraph 7.a., 7.d.- 7a - Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information, If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract.) 7.d -(Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $ 37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) Notification; (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. d. Training: A requirement for annual security/privacy awareness training:. See VA Handbook 6500.6, Appendix C, paragraph 9. 9 - a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (3) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (4) Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document - e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] b. The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. e. Requirement to sign VA's Rules of Behavior: "Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall sign on an annual basis an acknowledgment that they have read, understand, and agree to abide by VA's Contractor Rules of Behavior which is attached to this contract." See VA Handbook 6500.6, Appendix C, paragraph 9, Appendix D. Note: If a medical device vendor anticipates that the services under the contract will be performed by 10 or more individuals, the Contractor Rules of Behavior may be signed by the vendor's designated representative. The contract must reflect by signing the Rules of Behavior on behalf of the vendor that the designated representative agrees to ensure that all such individuals review and understand the Contractor Rules of Behavior when accessing VA's information and information systems. f. Hard Drives: See VA Handbook 6500.6, Appendix C paragraph 5.h: (Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc. with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes.. for the specific options. (The options are: (1) Vendor must accept the system without the drive; (2) VA's initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or (3) VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. (4) Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then; (a) The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and (b) Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be preapproved and described in the purchase order or contract. (c) A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation.) ADDENDUM TO FAR 52.212-1 Instructions to Offerors -- Commercial Items (Feb 2012) (m) - Only electronic offers will be accepted by 6:00 PM PDT April, 5th 2013. (o) - Offerors must describe their product adequately that the VA may determine if it meets the salient characteristics listed in 52.212-2 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) All offered endoscopes must be compatible with all processors and light sources on the list. All probes must be compatible with and fit within channels of all offered endoscopes. Offerors will be evaluated to the extent they can provide the items (or equal) listed in the price schedule in Section B. The Government will award to the lowest priced, responsible, offeror that meets the following salient characteristics: New telemetry server must interface with current Philips physiological monitoring system database server. "Telemetry System - Form, fit and function to IntelliVue Telemetry System (1.4 GHz) (Line items 1-4, 8, 10-11) Must include the following: o1.4 GHz operating frequency within Wireless Medical Telemetry Service (WMTS) band oWireless infrastructure to support wireless bedside monitoring and telemetry oSmart-hopping technology: allows for transceiver frequency changes to dodge interference or find stronger signal oBandwidth management with capacity to support up to 1,028 transceivers oSmart-hopping network access points to include above ceiling mounting solution, mounting and connector kits, and clinical system cables "Central Stations/Information Centers and Database Server - Form, fit and function to IntelliVue Information Center. (Line items 7, 9, 12, 20-31) Must include the following: oPC hardware oReal-time trend display and retrospective review applications oTouch screen operation and dual display oSecure web access with multi-patient views oScalable to support 4 to 3,840 patients with up to 96-hour Full Disclosure for review of physiological data oHL7 data export oDirect ECG export oIntegrated paging controls, including waveform paging oBattery gauge display from patient monitors oAlarm suspend and resume from patient monitors oPortal technology to access hospital applications such as PACS oUpgrade to software release N.0 oUPS hardware oCentral station mounting kits "Patient Monitors/Transceivers - Form, fit and function to IntelliVue MX40 patient monitor. (Line items 5-6, 33) Must include the following: oCompact, lightweight transceivers o2.8" color, touch sensitive display oCellular WMTS infrastructure o2 V-leads with 6-wire ECG for improved tachycardia assessment oSmart, multi-measurement cable system available for use with reusable and single-patient use supplies oFAST SpO2 oLocal measurement trend/alarm history oAlarm suspend and resume from standby oIntegrated smart-hopping oIntegrated short-range radio oBattery powered oBattery gauge on device oPouch with clear front that closes securely "Implementation Services - Form, fit and function to installation site services and clinical configuration. (Line items 13-19,32, 34-35) Must include the following: oProject management implementation oRemote hardware services implementation oSite specific solutions implementation oProduct upgrade solutions implementation oWMTS registration oPaging system interface implementation "Paging System Interface - Form, fit and function to Emergin Release 10.0 interface hardware and implementation system. (Line items 36) Must include the following: oRack server for Gateway (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. (End of Provision) VAAR 852.211-73 Brand Name or Equal (Jan 2008) (a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c) (1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (End of Clause) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JAN 2013) For the purposes of this clause, items (b) 1, 4, 8, 10, 14, 23, 26-34, 38-39, 42, and 48 are considered checked and apply. VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-70 Service Data Manual (Nov 1984) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71 Alternate Protest Procedure (Jan 1998) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.246-70 Guarantee (Jan 2008) VAAR 852.246-71 Inspection (Jan 2008) FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Dec 2012): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://www.sam.gov/portal/public/SAM/ FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) (End of Clauses)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26113R0941/listing.html)
- Document(s)
- Attachment
- File Name: VA261-13-R-0941 VA261-13-R-0941 NURSING SERVICE TELEMETRY.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=677377&FileName=VA261-13-R-0941-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=677377&FileName=VA261-13-R-0941-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-13-R-0941 VA261-13-R-0941 NURSING SERVICE TELEMETRY.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=677377&FileName=VA261-13-R-0941-000.docx)
- Record
- SN03021552-W 20130329/130327234118-34d1289fb28a864086b7cfb6478efbb9 (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 |