DOCUMENT
N -- Install Duress Buttons - Attachment
- Notice Date
- 9/16/2015
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (248);Room 325, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
- ZIP Code
- 33744
- Solicitation Number
- VA24815Q2106
- Response Due
- 9/24/2015
- Archive Date
- 10/9/2015
- Point of Contact
- Thomas Lucas
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION General Information Document Type: Combined Synopsis/Solicitation Solicitation Number:VA248-15-Q-2106 Posted Date:9/16/2015 Response Date:9/24/2015 @ 1PM EST Classification Code:N063 Set Aside:Small Business NAICS Code:561621 Contracting Office Address DVA NCO 8 ATTN: Thomas Lucas 10000 Bay Pines Blvd, Bldg. 2 RM 325 Bay Pines, FL 33744 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-1 July 2, 2015. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $20.5 Million. Statement of Work Access Control/Surveillance System - Bay Pines VA Healthcare System Background Department of Veterans Affairs (VA) Office of Operations, Security, and Preparedness (OSP) HSPD-12 Program Management Office (PMO) has mandated Physical Access Control Systems (PACS) be standardized throughout the VA at the enterprise level. To this end, Bay Pines VAHCS conducted a project in 2013 to replace the legacy PACS system with the HSPD-12-compliant system Software House CCURE 9000 version 2.02. This project also upgraded the existing Closed Circuit Television (CCTV) Surveillance System to Avigilon version 5.2.0.20. Additional security vulnerabilities have been identified by Bay Pines VAHCS that require installation of access control hardware that is compatible with the Physical Access Control System used by the healthcare system. Objective The objective of this Statement of Work is to provide the necessary services and equipment to replace and transfer duress alarms from the previously used security system to the CCURE 9000 version 2.02 system at specified locations on the C. W. Bill Young VAMC campus. Scope of Work The contractor will provide hardware and services required to add duress alarms to enterprise CCURE 9000 system to the following locations: Monitor Point DescriptionRoom ## of ButtonsAreaSecurity Panel Location Duress - Bldg 100 ER Nurse's Station A1E2134EDSB1-8 Duress - Bldg 100 ER Nurse's Station B1E2123EDSB1-8 Duress Bldg-100 Emergency Room Rec1E2261EDSB1-8 Duress Bldg100 Emergency reception area1E2261EDSB1-8 Duress Bldg-100 Emergency Rm Psych 11E2331EDSB1-8 Duress Bldg-100 Emergency Rm Psych 21E2331EDSB1-8 Duress - IP Pharmacy Office- Chief1C1211IP PHARM1F112 Duress - IP Pharmacy Office-Asst. Chief1C1231IP PHARM1F112 Duress - IP Pharmacy Office-Secretary1C1201IP PHARM1F112 Duress - IP Pharmacy WindowC1-141IP PHARM1F112 Bldg-100 Mod A Duress1E1305MODSSB1-10 Bldg-100 Mod B Duress1E1315MODSSB1-10 Bldg-100 Mod C Duress1E1765MODSSB1-10 Bldg-100 Mod D Duress1E1775MODSSB1-10 Duress-Agent Cashier 1E110C1E110C2MODSSB1-10 Duress-OP Pharm Cons. Desk1E1213OP PHARM SB1-10 Duress-OP Pharm Pkup Wind. 1E1172OP PHARM SB1-10 Duress-OP Pharm Rm 1E-1181E1181OP PHARM SB1-10 Duress-OP Pharm Rm 1E-1191E1191OP PHARM SB1-10 Duress-OP Pharm Rm 1E-1201E1201OP PHARM SB1-10 Duress 1E240 PT. Advocate1E2401Patient AdvocateSB1-6 Duress 1E240A PT. Advocate1E240A1Patient AdvocateSB1-6 Duress 1E240B PT. Advocate1E240B1Patient AdvocateSB1-6 Duress 1E240C PT. Advocate1E240C1Patient AdvocateSB1-6 Duress 1E240E PT. Advocate1E240E1Patient AdvocateSB1-6 DURESS - B100, Starbucks1D1651 SB1-6 Duress - MainHospital Lobby1A1012Main EntranceSB1-6 Each location listed corresponds to a duress alarm input in the security system, but some inputs may have multiple duress alarm buttons connected in serial to the same input. The number of buttons required at each input location is listed. The hardware provided will consist of Sentrol Clamshell Duress Buttons, part number 3045-W, for each location. These duress alarms will be hard wired in EMT conduit, minimum ¾" diameter, and networked to the existing PACS system in the nearest distribution panel to each duress alarm location in building 100. Existing conduit for current duress buttons may be reused as practical, but is not available in all locations and additional conduit will be needed to connect from previous security panel locations to new distribution panels designated in drawings. The closest connection points for the security system to each installation location are identified in attached drawings. Contractor will provide all equipment and materials necessary to connect the designated duress alarm locations to the existing security system. The contractor is required to identify the equipment, software, and data deliverables that are required from the contractor to complete this statement of work; and to identify applicable requirements and/or restrictions. The Contractor will provide the initial software configuration of all security components installed, with input from Bay Pines VAHCS Engineering Department regarding standard naming conventions and configuration preferences. All wiring shall be enclosed in EMT conduit with a minimum ¾ inch diameter, properly installed per NEC with compression fittings. Prior to installation a walk-thru with the COR and the Contractor will be conducted to identify specific locations listed in this Statement of Work. No VA sensitive information will be stored, generated, transmitted or exchanged from the PACS system used for access control. Vendor must provide a 1-year parts/support warranty on all equipment for the computer/security system. General Requirements All employees of the vendor and subcontractors shall comply with the VA security management program and obtain permission of the VA police, be identified by the contract and employer, and restricted from unauthorized access. This will be coordinated with the VA Police by the contracting officer's representative (COR). The vendor's employees shall not enter the work site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. Badges shall be provided by the Government to the vendor for distribution to on-site employees of the vendor and all Subcontractors. If physical keys are needed by the contractor for access to the area of work, they will be signed out by one of the vendor's employees from the COR. If a key is lost by a contractor, it must be reported to the COR as soon as possible, at which time a police report will be completed by the VA Police. The vendor may be fined for the replacement of locks and keys required as a direct result of the loss of the key assigned to their employee. For working outside the "regular hours" as defined in the contract, the vendor shall give 3 day notice to the Contracting Officer so that arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later in this section. No photography of VA premises is allowed without written permission of the Contracting Officer. VA reserves the right to close down or shut down the project site and order the vendor's employees off the premises in the event of a national emergency. The vendor may return to the site only with the written approval of the Contracting Officer. Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241. Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with COR. Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. The Contractor shall coordinate with COR. Obtain permits from facility Safety Manager at least 24 hours in advance. Execute work so as to interfere as little as possible with normal functioning of Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor's personnel, except as permitted by COR where required by limited working space. All Buildings will be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the installation period. No utility service such as water, gas, steam, sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de-energized. When an electrical outage cannot be accomplished, work on any energized circuits or equipment shall not commence without the Medical Center Director's prior knowledge and written approval. The vendor shall submit a request to interrupt any such services to COR, in writing, two weeks in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption. Establish and maintain a dust control program as part of the vendor's infection preventive measures in accordance with the guidelines provided as specified here. Prior to start of work, prepare a plan detailing project-specific dust protection measures, including periodic status reports, and submit to COR for review a minimum of two weeks prior to the start of work at each site. All personnel involved in the installation or renovation activity shall be educated and trained in infection prevention measures established by the medical center. In general, following preventive measures shall be adopted during installation of new equipment to keep down dust and prevent mold. Dampen debris to keep down dust and provide temporary construction partitions in existing structures where directed by COR. Blank off ducts and diffusers to prevent circulation of dust into occupied areas during construction. Do not perform dust producing tasks within occupied areas without the approval of the COR. Provide dust proof one-hour fire-rated temporary drywall barriers to completely separate installation work that may result in dust generation from the operational areas of the hospital in order to contain dirt debris and dust, where directed by the COR. Barriers shall be sealed and made presentable on hospital occupied side. Install a self-closing rated door in a metal frame, commensurate with the partition, to allow worker access. Maintain negative air at all times. A fire retardant polystyrene, 6-mil thick or greater plastic barrier meeting local fire codes may be used where dust control is the only hazard, and an agreement is reached with the COR and Medical Center. Vacuum all transition areas from construction to the occupied medical center at the end of each workday. Vacuum shall utilize HEPA filtration. Maintain surrounding area frequently. Remove debris as they are created. Transport these outside the construction area in containers with tightly fitting lids. NOTE: If the vendor can show that the installation of new security equipment and related work will not result in creation of significant dust or other contaminants then some or all of the requirements for dust protection can be deleted or modified as approved by the COR. Normal working hours will be used to complete this contract unless otherwise indicated. Normal working hours shall be 8:00 AM to 4:30 PM, Monday through Friday - Federal Holidays or any other Holiday designated by the President of the United States excluded. Deviations from normal working hours must be approved in writing from the Contracting Officer no less than 72 hours in advance. Any electrical work required for the installation of the new security system must meet the International Building Code (IBC), National Electrical Code (NEC),Underwriters Laboratories, Inc. (UL) and National Fire Protection Association (NFPA) as minimum installation requirement standards. Materials and equipment furnished shall be of current production by manufacturers regularly engaged in the manufacture of such items, for which replacement parts shall be available. All electrical work must comply with the requirements of NFPA 70 (NEC), NFPA 70B, NFPA 70E, OSHA Part 1910 subpart J, OSHA Part 1910 subpart S and OSHA Part 1910 subpart K in addition to other references required by contract. New work shall be installed and connected to existing work neatly, safely and professionally. Disturbed or damaged work shall be replaced or repaired to its prior conditions at contractor's expense. In addition to the requirements of the NEC, install an identification sign (pin-out sheet) which clearly indicates information required for use and maintenance of items such as switchboards and panel boards, fused and unfused safety switches, separately enclosed circuit breakers, and individual breakers. The Government's approval shall be obtained for all equipment and materials used for the installation of the security system before delivery to the job site. Delivery, storage or installation of equipment or materials which have not had prior approval will not be permitted at the medical center. All submittals shall include adequate descriptive literature, catalog cuts, shop drawings and other data necessary for the Government to ascertain that the proposed equipment and materials comply with specification requirements and codes. This shall be coordinated and approved by the COR. Minimum size for any conduit installation required for the security system is 3/4". Mechanical, electrical and associated systems shall be safe, reliable, efficient, durable, easily and safely operable and maintainable, easily and safely accessible, and in compliance with applicable codes as specified. The systems shall be comprised of high quality institutional-class and industrial-class products of manufacturers that are experienced specialists in the required product lines. All items furnished shall be free from defects that would adversely affect the performance, maintainability and appearance of individual components and overall assembly. Exercise care in storage and handling of equipment to be incorporated in the work. Under no circumstances will medical gas piping be used for support of any conduit, cable, box or other device as part of this project; medical gas piping includes oxygen, nitrous oxide, medical air and vacuum lines. For all new penetrations required through walls and floors the vendor shall install sleeves during installation of the security project. For new floor penetrations extend the sleeve one inch above finished floor and provide sealant for watertight joint. Penetrations are not allowed through beams or ribs, but may be installed in concrete beam flanges. Any deviation from these requirements must receive prior approval of the COR. Vendor will ensure all wall penetrations are filled with appropriate fire-stop material. Contractor must coordinate inspections of penetrations with VA personnel. Cut holes through concrete and masonry by rotary core drill. Pneumatic hammer, impact electric and hand or manual hammer type drill will not be allowed, except as permitted by COR where working area space is limited. Equipment and materials shall be carefully handled, properly stored, and adequately protected to prevent damage before and during installation, in accordance with the manufacturer's recommendations and as approved by the COR. Where the Government determines that the vendor has installed equipment not conveniently accessible for operation and maintenance, equipment shall be removed and reinstalled or remedial action performed as directed at no additional cost to the Government. Information Security General - (Reference 839.201 and VHA Handbook 6500.6 App B) The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS (Reference VHA Handbook 6500.6 Appendix C) a. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. b. All contractors, subcontractors, and third-party servicers and associates working with VA information is subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. c. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. d. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. e. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor's employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. VA INFORMATION CUSTODIAL LANGUAGE 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. 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. 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. h. 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. SECURITY INCIDENT INVESTIGATION 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 COR 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. b. To the extent known by the contractor/subcontractor, the contractor/subcontractor's notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. c. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. LIQUIDATED DAMAGES FOR DATA BREACH a. 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. b. The contractor/subcontractor shall provide notice to VA of a "security incident" as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. c. Each risk analysis shall address all relevant information concerning the data breach, including the following: (1) Nature of the event (loss, theft, unauthorized access); (2) Description of the event, including: (a)date of occurrence; (b) data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code; (3) Number of individuals affected or potentially affected; (4) Names of individuals or groups affected or potentially affected; (5) Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text; (6) Amount of time the data has been out of VA control; (7) The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); (8) Known misuses of data containing sensitive personal information, if any; (9) Assessment of the potential harm to the affected individuals; (10) Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and (11) whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. 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 $5,000 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. SECURITY CONTROLS COMPLIANCE TESTING On a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all of the security controls and privacy practices implemented by the contractor under the clauses contained within the contract. With 10 working-day's notice, at the request of the government, the contractor must fully cooperate and assist in a government-sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed, operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time. Project Management The contractor shall perform all management tasks that are required to perform the tasks identified herein in accordance with the established schedule and to report the status/progress of these tasks to the local VA point-of-contact and the VA COR. Planning The contractor shall develop and maintain a project plan that identifies tasks to be performed and the resources, facilities, tools, and materials needed to accomplish these tasks effectively. The plan shall explicitly include task dependencies so that the impact of a delay in completing any task can be readily identified. Personnel The contractor shall provide, schedule, supervise, and manage all personnel required to perform the tasks required by this statement of work. The contractor shall ensure that all personnel are properly trained and licensed for the work that they are assigned. The contractor shall coordinate all requirements for escorts with the local VA designated point-of-contact at least one week in advance of required access. All contractor personnel shall comply with facility requirements for sign-in and badge display. The contractor shall promptly remove and replace any of its personnel who do not comply with VA requirements. The contractor shall be responsible for any delays or other impact due to misconduct on the part of its employees or subcontractors. Reporting The contractor shall regularly report project status, progress and issues to the VA COR during the term of this contract. Reporting shall be on a weekly basis at least during the installation phase. Licenses and Regulations The contractor shall ensure that the company and all assigned personnel have appropriate background investigations in accordance with VA requirements, licensed in accordance with state and local requirements, and that all work performed complies with applicable regulations and codes. Quality Assurance The contractor shall perform all tests, inspections, and other actions that are required to verify that products, documents, and services meet the requirements of this Statement of Work, project objectives, and best commercial practices. The contractor shall maintain records that document the performance of quality assurance tasks and shall provide these records to VA on request. 1.APPLICABLE DOCUMENTS The following documents form a part of the requirements of this Statement of Work to the extent specified FIPS 201-1 - Personal Identity Verification (PIV) of Federal Employees and Contractors SP 800-73 - Interfaces for Personal Identify Verification SP 800-116 - A Recommendation for the Use of PIV Credentials in Physical Access Control Systems (PACS) VA Physical Access Control Systems (PACS) Requirements VA Handbook 0730/4, Appendix B, Security and Law Enforcement ABBREVIATIONS COR Contracting Officer's Representative FIPS Federal Information Processing Standard GSA General Services Administration NIST National Institute of Standards and Technology OMB Office of Management and Budget PACS Physical Access Control System SP NIST Special Publication Address of Facility: Department of Veterans Affairs C. W. Bill Young VAMC 10000 Bay Pines Blvd. St Petersburg, FL 33708 CLIN 0001 Contractor is to provide the necessary services and equipment to replace and transfer duress alarms from the previously used security system to the CCURE 9000 version 2.02 system at specified locations on the C. W. Bill Young VAMC campus. 1 JOB $__________ A site walkthrough will be held on 9/22/2015 @ 8 AM SHARP EST. The meeting point is the main entrance lobby building 100.. Attendance at the Site Visit is highly encouraged and expected prior to submission of a quote for this project. Please contact Thomas Lucas by e-mail at Thomas.Lucas@va.gov to sign-up for the Site Visit no later than 3 PM, on Monday September 21, 2015. Award Award shall be made to the quoter, whose quotation offers the lowest overall price for the listed technical requirements. All quoters shall submit the following: Quotes shall be submitted via Email in either a.pdf,.doc or.docx format. The email subject line must contain the following "VA248-15-Q-2106 Install Duress Buttons". All quotations shall be sent to the Email address: Thomas.lucas@va.gov. This is a small business set aside combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 9/24/2015 @ 1PM EST at Network Contracting Office 8 Email Address Thomas.Lucas@va.gov. (The Maximum email size is 5 MBs)Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Quotes Faxed will not be accepted. To be eligible to quote this requirement your business must be registered and active with www.SAM.Gov. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer: Thomas Lucas Thomas.Lucas@va.gov. You are reminded that representatives from your company SHALL NOT contact any Bay Pines VA Health Care System employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer Point of Contact DVA NCO 8 Thomas Lucas 10000 Bay Pines Blvd. Bldg 2 RM 325 Thomas.Lucas@va.gov Offerors must complete annual representations and certifications on-line at http://sam.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, "Instructions to Offerors-Commercial Items" Apr 2014 FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" Mar 2015 52.203-99Prohibition on Contracting With Entities That Require Certain Internal CommonConfidentiality Agreements (DEVIATION 2015-02) (FEB 2015) Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Priced contract resulting from this solicitation. (End of Provision) Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Network Contracting Office 8 Thomas Lucas 10000 Bay Pines Blvd. Bldg 2 RM 325 Bay Pines FL 33744. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) The following contract clauses apply to this acquisition: "FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" May 2015 "FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" May 2015 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70Commercial Advertising (JAN 2008) 852.237-70Contractor Responsibilities (APR 1984) 852.203-71Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.246-70Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-17 Ownership or Control of Offeror (Nov 2014) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 852.252-70 Solicitation Provisions or Clauses Incorporated By Reference (Jan 2008) 852.232-72 Electronic submission of payment requests (Nov 2012) GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of one year said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (DEC 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [ ] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [ ] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509)). [ ] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUNE 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [ ] (4) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUL 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). [ ] (5) [Reserved] [ ] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (PUB. L. 111-117, section 743 OF DIV. C). [ ] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (PUB. L. 111-117, section 743 OF DIV. C). [ ] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C. 6101 note). [ ] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). [ ] (10) [Reserved] [ ] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [ ] (ii) Alternate I (NOV 2011) of 52.219-3 [ ] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [ ] (ii) Alternate I (JAN 2011) of 52.219-4 [ ] (13) [Reserved] [X] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [ ](ii) Alternate I (NOV 2011) of 52.219-6. [ ](iii) Alternate II (NOV 2011) of 52.219-6. [ ] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). [ ] (ii) Alternate I (OCT 1995) of 52.219-7. [ ](iii) Alternate II (MAR 2004) of 52.219-7. [ ] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). [ ] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). [ ](ii) Alternate I (OCT 2001) of 52.219-9. [ ](iii) Alternate II (OCT 2001) of 52.219-9. [ ](iv) Alternate III (OCT 2014) of 52.219-9. [ ] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [ ] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [ ] (20) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). [ ] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657 f). [ ] (22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). [ ] (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (JUL 2013) (15 U.S.C. 637(m)) [ ] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the Women-Owned Small Business Program (JUL 2013) (15 U.S.C. 637(m)) [X] (25) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). [X] (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). [ ] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [ ] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [ ] (29) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). [ ] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [ ] (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). [ ] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [ ] (34) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [ ] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [ ] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [ ] (36)(i) 52.223-13, Acquisition of EPEAT ®-Registered Imaging Equipment (JUN 2014) (E.O. 13423 and 13514). [ ] (ii) Alternate I (JUN 2014) of 52.223-13. [ ] (37)(i) 52.223-14, Acquisition of EPEAT ®-Registered Televisions (E.O. 13423 and 13514). [ ] (ii) Alternate I (JUN 2014) of 52.223-14 [X] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). [ ] (39)(i) 52.223-16, Acquisition of EPEAT ®-Registered Personal Computer Products (JUN 2014) (E.O. 13423 and 13514). [ ] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) [X] (41) 52.225-1, Buy American--Supplies (MAY 2014) (41 U.S.C. chapter 83). [ ] (42)(i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). [ ] (ii) Alternate I (MAY 2014) of 52.225-3. [ ] (iii) Alternate II (MAY 2014) of 52.225-3. [ ] (iii) Alternate III (MAY 2014) of 52.225-3. [ ] (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O'.s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [ ] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (JUL 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) [ ] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150) [ ] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150) [ ] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [ ] (49) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f). [X] (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). [ ] (51) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). [ ] (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [ ] (53) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C.552a). [ ] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C.2631). [ ] (ii) Alternate I (APR 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [ ] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [X] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [ ] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C.chapter 67). [ ] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C.chapter 67). [ ] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C. 206 and 41 U.S.C.chapter 67). [ ] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (MAY 2014) (41 U.S.C.chapter 67) [ ] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements (MAY 2014) (41 U.S.C.chapter 67). [X ] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (E.O. 13658). ). [ ] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [ ] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEPT 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212) (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (MAY 2014), (41 U.S.C.chapter 67). (xi) __(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (MAY 2014) (41 U.S.C.chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements (MAY 2014) (41 U.S.C.chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (AUG 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (JUL 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Attached SCA WAGE TABLE
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815Q2106/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-Q-2106 VA248-15-Q-2106.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2320685&FileName=VA248-15-Q-2106-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2320685&FileName=VA248-15-Q-2106-000.docx
- File Name: VA248-15-Q-2106 WD 05 07142015.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2320686&FileName=VA248-15-Q-2106-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2320686&FileName=VA248-15-Q-2106-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-15-Q-2106 VA248-15-Q-2106.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2320685&FileName=VA248-15-Q-2106-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;10,000 Bay Pines Blvd;Bay Pines FL 33744
- Zip Code: 33744
- Zip Code: 33744
- Record
- SN03889274-W 20150918/150916235553-1dc8e5568b9ecf5d5f1747dccda1ad19 (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 |