Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2014 FBO #4696
DOCUMENT

H -- MAINTENANCE AND CERTIFICATIONS ON FUME HOODS,CLEAN BENCHES, CLEAN ROOMS, CHEMO MIXING HOOD, AND BIOLOGICAL SAFETY CABINETS. - Attachment

Notice Date
10/1/2014
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915Q0004
 
Response Due
10/6/2014
 
Archive Date
11/5/2014
 
Point of Contact
Matthew Cox
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. This is a Total Small Business Set-Aside requirement only qualified offers may submit bids. Solicitation VA-249-15-Q-0004 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 541990 and size standard is $14.0M. Contract Type: The government anticipates awarding Firm Fixed Price contract. Award will be made to the lowest price quote which conforms to the requirements within this solicitation. In order to be considered for a government award, the firm must be registered in SAM @ www.sam.gov. All questions regarding this solicitation must be submitted to the Contract Specialist in writing by e-mail to Matthew.Cox@va.gov and Victoria.Rone3@va.gov no later than 8:00AM CST, October 3, 2014. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Quotes must be received no later than 12:00 PM CST October 6, 2014. Email your quote to Matthew.Cox@va.gov and Victoria.Rone3@va.gov. The subject line must specify VA-249-15-Q-0004 - Service Contract for Certifications - VAMC Louisville and quotes should be broken down as such: Base Year:Date of Award - 09/30/2015 Option Year 1:10/01/2015 - 09/30/2016 Base and Option Year 1 Total: Solicitation document and incorporated FAR and VAAR provisions and clauses apply to this acquisition: 52.204-7, Central Contractor Registration - title is now System for Award Management [SAM]. 52.212-1, Instructions to Offerors-Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside 52.233-3, Protest after Award 52.222-3, Convict Labor 52.232-18, Availability of funds 52.232-19, Availability of Funds for the Next Fiscal Year 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 852.203-70, Commercial Advertising 852.215-70, Service Disabled Veteran Owned and Veteran Owned Small Business Evaluation Factors 852.215-71, Evaluation Factors Commitments 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 852.270-1, Representatives of Contracting Officers 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es). 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 (es). Full text can be obtained at www.arnnet.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK 1.SCOPE: Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide certifications to the fume hoods, clean benches, clean rooms, chemo mixing hood, and biological safety cabinets listed below in Attachment 1. Also listed in attachment 1 is the desired certification frequency for each piece of equipment (annual or semi-annual) 2.PERIOD OF PERFORMANCE: Date of Award - 9/30/2015. The contract will also contain the provision for 1 annual renewal. Base Year:Date of Award - 09/30/2015 Option Year 1:10/01/2015 - 09/30/2016 Base and Option Year 1 Total: 3. PLACE OF PERFORMANCE: Louisville VA Medical Center, 800 Zorn Avenue, Louisville, Kentucky 40206 4. QUALIFICATIONS: Vendor shall be certified to provide comprehensive testing and certification of the equipment list below in Attachment 1. All clean room testing shall be performed in accordance and compliant with Current Good Manufacturing Practices [cGMP], Institute of Environmental Sciences Technologies [IEST], and International Organization for Standardization [ISO], including: IEST-RP- CC-006.X, Federal Standard 209E, NSF/ANSI 49, ISO 14644-1, FDA Guidelines, and MHRA. Chemical fume hood testing and services include velocity profiling, smoke testing, ANSI and ASHRAE 110 testing, smoke visualization testing, cross-draft testing, VAV testing (variable air- volume testing), and tracer gas containment testing. Biological safety cabinet (BSC) testing and certification shall include inflow velocity measurements, downflow velocity measurements, HEPA filter integrity testing or HEPA filter leak testing, fluorescent, airflow visualization testing, installation testing and alarm calibration. 4. SERVICES TO BE PROVIDED: A.General: 1)Contractor shall provide the necessary manpower, supervision, tools, and parts to properly execute the air flow certifications listed in Attachment 1. All containers, including toolkits, can be subject to search at any time. 2) A "Field Service Report" (FSR) shall be generated and a copy given to the Robley Rex VAMC's Contracting Officer's Representative (COR) or designee after each site visit. B.Documentation: Certification labels shall be placed on all equipment certified. A documentation package acceptable for Joint Commission purposes shall be maintained by the contractor and made available to the Robley Rex VA Medical Center. Required features include, at a minimum: 1)Serial Number of equipment serviced 2) Any and all work performed on a particular date C.New Equipment: Equipment may be added or deleted from the service contract as needed upon notification by the Contracting Officer (to be documented in writing via contract amendment). Deleted equipment shall be credited in the full amount if deleted before any maintenance or repair has been performed on it. 5. SPECIAL INSTRUCTIONS: A. Contractor Check-In: Upon arrival, the contractor will check-in with the authorized VCS attendant to receive an identification sticker, prior to performing service(s) at the Robley Rex VA Medical Center. The contractor shall wear visible identification at all times while on the premises of the Robley Rex VA Medical Center, displaying name and company ID. B. Documentation: At the conclusion of each visit, the contractor shall provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced; the name of the representative, and the services performed. The reports will be delivered to the Biomedical Engineering Shop, Room B039. An electronic copy may be emailed to the Biomedical Engineering Point of Contact. 6. TERMS AND CONDITIONS: A. User Responsibility: The contractor will not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. B. Exclusions: Service does not include electrical work external to the equipment. 7. SAFETY A. The contractor/vendor shall at all times, ensure that all work provided complies with all local, State, and Federal rules and regulations pertaining to work place safety. The contractor shall take all proper safety and health precautions to protect the work, the workers, the public and the property. B. The contractor/vendor is solely responsible for working conditions on the jobsite, including safety of all persons and property during performance of the work, and for compliance with applicable OSHA regulations. 8. TRAVEL: The Contractor is responsible for all of their travel, accommodations, meals, per diem, rental cars, etc. 9. HOURS OF OPERATION: The contractor will perform services required during the hours of 8:00 am - 4:00 pm, Monday through Friday or as directed by the designated VAMC Louisville Contracting Officer Representative (COR). 10. U.S LEGAL HOLIDAYS: The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday. HOLIDAYDATE New Year's Day Jan 1 Martin Luther King's Birthday3rd Monday in Jan President's Day3rd Monday in Feb Memorial DayLast Monday in May Independence DayJuly 4 Labor Day1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in Nov Christmas DayDec 25 11. SECURITY/ IDENTIFICATION: The contractor's employees shall check in and out with the VA Police obtain visitor identification each day. Employees must have a valid state or government identification. All contractor/vendor personnel shall display a VAMC Louisville issued identification badge while performing work on any VAMC property. Smoking is not prohibited on property except in designated areas. Possession of weapons is prohibited (in vehicle or on person). Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court. Contractor employees (crew) when on VAMC Louisville grounds; shall not bring visitors into the facility; shall not bring into the facility, any form of weapons or contraband; shall not bring in any alcohol or drugs or be under the influence of alcohol/drugs; shall conduct themselves in a professional and polite manner at all times; shall not cause any disturbances in the facility, are subject to all the rules and regulations of the VAMC Louisville. Contractor personnel shall present a neat appearance and be easily recognized. Contractor shall furnish and require every on-site company employee to wear a company shirt and safety shoes. All company workers while on duty shall be identified by uniform shirt or blouse indicating the company logo. The print should be large enough to be easily read. In addition all company staff assigned to work at the VAMC Louisville. 12. SITE REGULATIONS: All work shall be performed in accordance with VAMC Louisville rules & regulations. 13. SECURITY/PRIVACY OF VA SENSITIVE INFORMATION: All personnel servicing this equipment must comply with VA Handbook 6500.6 (Contract Security) as it pertains to medical equipment. a. 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. VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor's information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA's information is returned to the VA or destroyed in accordance with VA's sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. c. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. Complete annual training for VA Security/Privacy and provide copy of certificate of course completion to either the COR or the CO. See VA Handbook 6500.6. d. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. e. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. f. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. g. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. h. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. i. The contractor/subcontractor's firewall and Web services security controls, if applicable, shall meet or exceed VA's minimum requirements. VA Configuration Guidelines are available upon request. j. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA's prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. k. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. l. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COR. NOTE: The Contractor employees shall not be considered government employees for any purpose under this contract. Attachment 1: EQUIPMENT LIST FORMA MOD# 1126 BSC S/N= 11239-56, EE11431 RM# A-912 TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED LABCONCO FUME ABSORBER S/N= FH-050400-3BB, EE44943 RM# B-036 TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED LABCONCO FUME HOOD MOD# 72822-98-58895 S/N= 182647, EE17649 RM# C-222 TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED BAKER MOD# SG403A-HE BSC S/N= 100884, EE53450 RM# B-363-1 TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED BAKER MOD# SG403A-HE BSC S/N= 103647, EE60317 RM# B-361-1 TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED BAKER MOD# SG403A-HE BSC S/N= 100544, EE52037 RM# B-363-1 TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED BAKER MOD# SG-403A BSC S/N= 88153, EE32975 RM# MICRO / TB CLEANROOM TESTING TO INCLUDE: -AIRFLOW VOLUME READINGS for A.C.P.H. -DIFFERENTIAL PRESSURE READINGS between ROOMS -AIRBORNE NON-VIABLE PARTICLE COUNTS IN ROOMS -HEPA FILTER INTEGRITY TESTING -ROOM DRAWINGS WITH DIMENSIONS RM/AREA = T.B. ROOM 1 / T.B. ROOM 2 TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED BAKER MOD# SG-403A BSC S/N= 88155, EE32976 RM# T.B. ROOM CLEANROOM TESTING TO INCLUDE: -AIRFLOW VOLUME READINGS for A.C.P.H. -DIFFERENTIAL PRESSURE READINGS between ROOMS -AIRBORNE NON-VIABLE PARTICLE COUNTS IN ROOMS -HEPA FILTER INTEGRITY TESTING -ROOM DRAWINGS WITH DIMENSIONS RM/AREA = T.B. ANTEROOM TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED BAKER ISOLATOR MOD# SS 600 S/N= 89406, EE33377 RM/AREA = I.V. PREP / MIXING AREA CLEANROOM TESTING TO INCLUDE: -AIRFLOW VOLUME READINGS for A.C.P.H. -DIFFERENTIAL PRESSURE READINGS between ROOMS -AIRBORNE NON-VIABLE PARTICLE COUNTS IN ROOMS -HEPA FILTER INTEGRITY TESTING -ROOM DRAWINGS WITH DIMENSIONS RM/AREA = MAIN PHARMACY-I.V. PREP ROOM TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED BAKER ISOLATOR MOD# SS 600 S/N= 89436, EE33378 RM/AREA = I.V. PREP / MIXING AREA CLEANROOM TESTING TO INCLUDE: -AIRFLOW VOLUME READINGS for A.C.P.H. -DIFFERENTIAL PRESSURE READINGS between ROOMS -AIRBORNE NON-VIABLE PARTICLE COUNTS IN ROOMS -HEPA FILTER INTEGRITY TESTING -ROOM DRAWINGS WITH DIMENSIONS RM/AREA = ANTEROOM TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED BAKER ISOLATOR MOD# CS 600 S/N= 86887, EE33485 RM# CHEMO PREP CLEANROOM TESTING TO INCLUDE: -AIRFLOW VOLUME READINGS for A.C.P.H. -DIFFERENTIAL PRESSURE READINGS between ROOMS -AIRBORNE NON-VIABLE PARTICLE COUNTS IN ROOMS -HEPA FILTER INTEGRITY TESTING -ROOM DRAWINGS WITH DIMENSIONS RM/AREA = CHEMO PREP TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED BAKER ISOLATOR MOD# CS 600 S/N= 95638, EE41252 RM# A333-1 TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED CARRIER AIR HANDLER UNIT # AVH - 17 S/N= 1807U12619, EE41441 AREA = RX-HVAC EQUIPMENT RM A-033A TWO SEMI-ANNUAL CERTIFICATIONS REQUIRED LABCONCO FUME HOOD S/N= 182643, EE18137 RM# C-302 ONE ANNUAL CERTIFICATION REQUIRED LABCONCO MOD# 3955200 FUME ABSORBER S/N= 080384606, EE39399 RM# B-405 ONE ANNUAL CERTIFICATION REQUIRED THERMO/SHANDON LIPSHAW FUME HOOD MOD# GROSS LAB SR B21102 S/N= B210906046, EE32924 RM# B-405 ONE ANNUAL CERTIFICATION REQUIRED NUAIRE MOD# NU-201-230 CLEAN BENCH S/N= 55065-AAV, EE12036 RM# B-813 ONE ANNUAL CERTIFICATION REQUIRED LABCONCO FUME HOOD MOD# 70198 S/N= 26744, EE10764 RM# B-817 ONE ANNUAL CERTIFICATION REQUIRED LABCONCO MOD# 48805-00 FUME HOOD S/N= 981241427D, EE17633 ONE ANNUAL CERTIFICATION REQUIRED NUAIRE MOD# NU-408-424 BSC S/N= 1637-KX, EE11203 RM# B-813 ONE ANNUAL CERTIFICATION REQUIRED LABCONCO FUME HOOD S/N# 182812, EE18133 RM# A-348 ONE ANNUAL CERTIFICATION REQUIRED LABCONCO FUME HOOD AIS# N/A S/N# 32758, EE6222 RM# A-348 ONE ANNUAL CERTIFICATION REQUIRED THERMO/SHANDON FUME HOOD MOD# 3 FT HYPERCLEAN 24-4 S/N= 23205154, EE21217 RM# A-348A ONE ANNUAL CERTIFICATION REQUIRED THERMO/SHANDON LIPSHAW GROSS LAB SR MOD# 97002 FUME STATION S/N= 9700200153, EE18025 RM# A-348B ONE ANNUAL CERTIFICATION REQUIRED LABCONCO FUME HOOD MOD# 72816 S/N= FH-050400-1BB, EE9183 RM# A-348B ONE ANNUAL CERTIFICATION REQUIRED LABCONCO FUME HOOD MOD# 6941003 S/N= 177555, EE6231 RM# A-348 ONE ANNUAL CERTIFICATION REQUIRED NUAIRE MOD# NU-425-400 BSC S/N= 55585-AAX, EE11916 RM# A-937 ONE ANNUAL CERTIFICATION REQUIRED LAB FABRICATIONS 5 FT FUME HOOD S/N= FH-111704-1RG, EE26533 RM# A-949 ONE ANNUAL CERTIFICATION REQUIRED NUAIRE MOD# NU-425-400 BSC S/N= 105681040706, EE30596 RM# A-950 ONE ANNUAL CERTIFICATION REQUIRED ASTEC BFC10 UNIT S/N= 4236, EE20538 RM# BLDG 19 - 102A ONE ANNUAL CERTIFICATION REQUIRED ASTEC BFC10 UNIT S/N= 4236, EE20537 RM# BLDG 19 - 102 ONE ANNUAL CERTIFICATION REQUIRED CUSTOM FUME HOOD EE# 20526 RM# BLDG 19 - 102 ONE ANNUAL CERTIFICATION REQUIRED BAKER MOD# B60-112 BSC S/N= SP-33061-V, EE18132 RM# BLDG 19 - 103 ONE ANNUAL CERTIFICATION REQUIRED FORMA MOD# 1100 BSC S/N= 13550-545, EE18139 RM# BLDG 19 - 107 ONE ANNUAL CERTIFICATION REQUIRED BAKER MOD# SGII-400 BSC S/N= 62833, EE18140 RM# BLDG 19 - 113 A ONE ANNUAL CERTIFICATION REQUIRED ASTEC BFC10 UNIT S/N= 345, EE15930 RM# BLDG 19 - 113 ONE ANNUAL CERTIFICATION REQUIRED ABBOTT MOD# HC-4 CLEAN BENCH S/N= 8616, EE9978 RM# BLDG 19 - 113 ONE ANNUAL CERTIFICATION REQUIRED BIOCLEAN MOD# TBH5500 CLEAN BENCH S/N= C850456, EE17160 RM# BLDG 12 - 111 ONE ANNUAL CERTIFICATION REQUIRED BAKER MOD# SG-400 BSC S/N= SL-25876-V, EE7818 RM# BLDG 12 - 111 ONE ANNUAL CERTIFICATION REQUIRED NUAIRE MOD# NU-124-SPEC CLEAN BENCH S/N= 69290-ADW, EE15299 RM# BLDG 12 - 111 ONE ANNUAL CERTIFICATION REQUIRED CUSTOM UNIT MAKE = BIO-BUBBLE DISPOSAL UNIT MOD# HS UNIT S/N= 2418657, EE41316 RM# BLDG 12 - 110 ONE ANNUAL CERTIFICATION REQUIRED HEMCO FUME HOOD S/N= FH-111803-1RG, EE11429 RM# BLDG 19 - 202 ONE ANNUAL CERTIFICATION REQUIRED BAKER FUME HOOD MOD# M100982-1/FH4C S/N= 110000, EE# 70002 RM# C-302-1 ONE ANNUAL CERTIFICATION REQUIRED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915Q0004/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-Q-0004 VA249-15-Q-0004.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1661180&FileName=VA249-15-Q-0004-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1661180&FileName=VA249-15-Q-0004-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Louisville VA Medical Center;800 Zorn Avenue;Louisville, KY
Zip Code: 40206
 
Record
SN03539560-W 20141003/141001234804-67dcf068aa262cd0fbd333c2d6152dbc (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.