DOCUMENT
H -- Fire Alarm Testing & Maintenance - Attachment
- Notice Date
- 3/4/2016
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;1700 South Lincoln Drive;Lebanon, PA 17042
- ZIP Code
- 17042
- Solicitation Number
- VA24416Q0612
- Response Due
- 3/16/2015
- Archive Date
- 5/15/2015
- Point of Contact
- Julieanne Bartlett
- E-Mail Address
-
outh
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), 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 Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is VA244-16-Q-0612. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-86 effective February 1, 2016, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This Solicitation is set-aside 100% Small Business. The NAICS Code is 561210 -Facilities Support Services, and the set-aside size standard is $38.5 million. The Corporal Michael J. Crescenz Veterans Affairs Medical Center, located at 3900 Woodland Avenue, Philadelphia, PA 19104 has a requirement for a contractor to provide all labor, equipment, tools, materials, parts, supplies, and supervision necessary to perform testing and maintenance on Fire Alarm Protection Systems. All work shall be completed in accordance with the Statement of Work (SOW). The SOW is included as Attachment 1 to this solicitation. The Period of Performance will be one year from date of contract award. Offerors are requested to quote Firm Fixed Price for any and all of the line items on the Schedule of Supplies and Services attached to this solicitation. The Schedule of Supplies and Services is included as Attachment 2 to this solicitation. Service Contract Act Wage Determination No. 2005-2449, Revision No. 17, dated 12/29/2015, applies to this acquisition and will be incorporated into the resulting Purchase Order. A copy of the Wage Determination is included with this solicitation as Attachment 3. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-(k). Registration may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at NCO 4, Lebanon, PA. Questions may be sent via email to Ms. Julieanne Bartlett at julieanne.bartlett@va.gov. No questions will be answered after Friday, March 11, 2016. ? The following FAR and Veterans Affairs Acquisition Regulation (VAAR) apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) applies to this acquisition. Addenda to 52.212-1: Reference paragraph (c) period for acceptance of offers: delete "30 calendar days" and insert "60 calendar days" in its place. The following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, and (h) multiple awards. Quote Submission Instructions: Quotes shall be sent electronically via e-mail. All quotes shall include one (1) separate copy of each of the items listed below. Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. No price information shall be included in the technical or past performance section. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. First Attachment (Volume I) 1.Completed Schedule of Supplies and Services. Completed CLIN price information in the Schedule of Supplies/Services. *Offerors must use the CLINs specified in the Schedule of Supplies/Services. It is not permissible for offerors to use offeror created CLINs or SUBCLINs. 2.Completed certifications and representations located at FAR 52.212-3, or an indication that said certifications and representations are current and located in the SAM database. 3.Signed acknowledgements of amendments (SF30). Applicable only if any amendments are issued against this solicitation. Second Attachment (Volume II) Offerors shall provide a narrative (including any descriptive literature and/or certifications) which demonstrates the offeror's ability to meet the technical credentials stated in the Statement of Work (SOW). The narrative shall not exceed five (5) pages and address the following requirements: The contractor shall be licensed to work on fire alarm systems manufactured by Fire Control Instruments, Gamewell/Honeywell and FCI Fire Alarm Systems. Personnel performing testing and inspections shall be NICET Level III certified inspector. Personnel performing maintenance of the system need to have a distributor that is E3 certified to do maintenance work on the system. Third Attachment (Volume III) Past Performance Record: Offerors shall provide contract data for three (3) relevant PRIME contracts and/or relevant SUBCONTRACTS that the offeror is currently performing or has completed during the last five (5) years. The following information shall be included: - Contractor name - Name of customer/agency - Contract/Purchase Order Number - Customer points of contact (minimum of two; provide name, telephone number, fax number and e-mail addresses) - Length of contract - Period of Performance (dates) - Initial Contract Price - Description of product/service provided (include sufficient detail to demonstrate similarities/dissimilarities to the requirements of this solicitation) The following provisions apply and are incorporated by reference and full text: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 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): http://farsite.hill.af.mil. (End of Provision) 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act) for contracts with any entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b)The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of Provision) 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under any Federal Law (MARCH 2012) (DEVIATION) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available be either ACT may be used to enter into a contract with any corporation that - (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the United States. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the United States and Debarment Official has made a determination that this action is not necessary to protect the interests of the United States. (b) The Offeror represents that - (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of Provision) 52.216-1 Type of Contract (April 1984) The Government contemplates award of a Firm-Fixed-Price (FFP) contract resulting from this solicitation. (End of Provision) 52.233-2 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 Julieanne M. Bartlett, Contracting Officer Network Contracting Organization 4 1700 South Lincoln Avenue Building 19 Lebanon, PA 17042 (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) 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) 52. 252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) 852.233-71 Alternate Protest Procedure (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW, Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. (End of Provision) 13.106-2 Evaluation of Quotations or Offers: The Government intends to award one purchase order as a result of this Request for Quote to the responsible offeror whose quote conforms to the solicitation requirements. Quotes shall be evaluated for acceptability only and shall not be rated. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. Award will be based on the total overall lowest price quoted. Any offeror whose quote has been determined technically acceptable will then have its quote evaluated for lowest price. The Government is not limited to the Past Performance Record information provided above, but reserves the right to independently seek past performance information through open market contracts, government systems, and other government agencies. Contractors are required to include a copy of the FAR provision 52.212-3 -Offeror Representations and Certifications -Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://sam.gov. Failure to include the certifications along with the price proposal or complete certifications on the internet may result in elimination from consideration for award. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) applies to this acquisition. Addenda to 52.212-4: The following clauses are incorporated by reference and full text. 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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): http://farsite.hill.af.mil. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) 52. 232-40 Providing Accelerated Payments to Small Business Subcontractors 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015) (DEVIATION) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolutions Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of Clause) 852.203-70 Commercial advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) 852.232-72 Electronic submission of payment requests (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) 852.237-70 Contractor responsibilities (APR 1984). The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Pennsylvania. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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): http://farsite.hill.af.mil (End Clause) 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) CL- 120 Supplemental Insurance Requirements In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (END-OF-CLAUSE) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (FEB 2016) applies to this solicitation. The additional FAR clauses cited in 52.212-5 are applicable to this acquisition. In paragraph (a) the following clauses apply: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) In paragraph (b) the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation &First Tier Subcontract Awards (Oct 2015) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) Under paragraph (c) the following clauses apply: 52.222-41, Service Contract Labor Standards (May 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) Employee ClassMonetary Wage-Fringe Benefits Maintenance Mechanic$22.63 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 15) All clauses under paragraph (d) and (e) apply (End of Clause) A site visit will be held on Thursday, March 10, 2016, at the Philadelphia VAMC. The site visit will begin at 1 PM. Please e-mail Julieanne Bartlett at julieanne.bartlett@va.gov and Scott Shore at scott.shore@va.gov to register for the site visit. Registration for this site visit closes at 4PM on Wednesday, March 9, 2016. Offerors responding to this announcement shall submit their quotations via email to Julieanne Bartlett at julieanne.bartlett@va.gov. All quotes must be received by WEDNESDAY, March 16, 2016 at 2:00 PM EST to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24416Q0612/listing.html)
- Document(s)
- Attachment
- File Name: VA244-16-Q-0612 VA244-16-Q-0612_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2595875&FileName=VA244-16-Q-0612-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2595875&FileName=VA244-16-Q-0612-000.docx
- File Name: VA244-16-Q-0612 P09 Final Philly SOW FIRE ALARM.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2595876&FileName=VA244-16-Q-0612-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2595876&FileName=VA244-16-Q-0612-001.pdf
- File Name: VA244-16-Q-0612 S02 SCHEDULE OF SUPPLIES SERVICES.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2595877&FileName=VA244-16-Q-0612-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2595877&FileName=VA244-16-Q-0612-002.pdf
- File Name: VA244-16-Q-0612 P07 SCA Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2595878&FileName=VA244-16-Q-0612-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2595878&FileName=VA244-16-Q-0612-003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-16-Q-0612 VA244-16-Q-0612_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2595875&FileName=VA244-16-Q-0612-000.docx)
- Place of Performance
- Address: Corporal Michael J. Crescenz VAMC;3900 Woodland Avenue;Philadelphia, PA 19104
- Zip Code: 19104
- Zip Code: 19104
- Record
- SN04040484-W 20160306/160304235142-e8700eece76fadc550db5de46708ec63 (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 |