Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2016 FBO #5279
DOCUMENT

U -- Charge Nurse Training Program - Attachment

Notice Date
5/5/2016
 
Notice Type
Attachment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Veterans Affairs;Purchasing and Contracting NCO 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
VA25616R0576
 
Response Due
5/17/2016
 
Archive Date
7/16/2016
 
Point of Contact
Darnell Rias
 
Small Business Set-Aside
Total Small Business
 
Description
1.Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The commercial items procedures of FAR Part 12 will be used. Solicitation# RFP VA256-16-R-0576. This solicitation is issued as request for proposal (RFP). 2.Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-87 (effective 04/06/16) 3.This is a Small Business Set Aside (SB). "Only proposals submitted by SB concerns will be accepted by the Government. Any proposal submitted by a contractor that is not a SB concern will not be considered for award". 4.Offer's business size certification and status will be verified in the System Award Management (SAM) and Small Business Administration (SBA), with contractor Data Universal Number (DUN). Offer shall ensure the company data is available to be viewed in all systems. Proposals shall be considered non responsive if Contracting Officer is not able to verify data in SAM's and SBA. Contracting Officer will view publically as well as logged in to the system. 5.NAICS code is 611710, size standard is $15 MILLION. 6.Place of Performance: Michael E. DeBakey VA Medical Center 2002 Holcombe BLVD Houston, TX 77030 7.Performance Period: 10 days After Receipt of Order (ARO) 8.All questions pertaining to this solicitation shall be submitted by 10:00a.m. CST May 11, 2016. Send all questions electronically to Darnell.Rias@va.gov. 9.Proposals shall be emailed to Darnell.Rias@va.gov NO LATER THAN May 17, 2016 by 10:00a.m. CST. No Fax Copies will be accepted. No hand delivered copies will be accepted. 10. Statement of Work For Nurse Charge Training 1.Scope: Michael E. DeBakey VA Medical Center seeks to raise the leadership skills and competency in handling healthcare situations requiring problem-solving and decision making of its first-level nursing supervisors. Chief objectives are to increase nurse retention and engagement and to support succession planning efforts by building a pipeline of qualified talent for future nurse leadership. 2.Background: The responsibilities of assistant nurse managers and charge nurses vary widely and include making patient assignments, monitoring admissions and discharges, leading team huddles, resolving conflicts with patients, physicians, and team members, and training new nurses. As the responsibilities of nurse managers expands more and more emphasis is being placed on charge nurses to assume responsibility for quality outcomes and other performance measures. In addition, nurses take on the charge or assistant nurse manager role with no formal leadership development training. By expanding the leadership and business capacity of its assistant nurse managers, Michael E. DeBakey VA Medical Center will also fulfill several strategic initiatives outlined in the Blueprint for Excellence: odeliver high quality, Veteran-centered care that compares favorably to the best of private sector, ogrow an organizational culture that engages and inspires employees to their highest possible level of performance and conduct, and ofoster an environment of continuous learning, responsible risk-taking, and personal accountability. Developing the leadership, management, and interpersonal skills of nursing leaders at all levels is central to the Michael E. DeBakey VA Medical Center meeting its goals for serving veterans and their families. Michael E. DeBakey VA Medical Center seeks a qualified Contractor, through fair competition, to provide an educational program that will address the leadership development needs of assistant nurse managers and charge nurses. 3.Description of Work Course/Program Requirements The contractor shall provide a curriculum which is healthcare/nursing-specific, evidence-based, and teach leadership concepts using real-world scenarios, case studies, video vignettes, and other activities. The curriculum shall focus on quality initiatives, patient safety (e.g., reduction of hospital-acquired conditions and other adverse patient events), patient experience of care, and core measure compliance is required to ensure that these critical measures are understood and reinforced by the charge nurse with all nurses on his or her team. The courses shall provide professional and leadership development opportunities necessary for charge nurses to effectively lead their teams. Soft skills/leadership development topics shall include transitioning from peer to leader, critical thinking, communication, conflict management, leading change, delegation. Each individual course shall be no more than four (4) hours in length. The educational program shall allow flexibility in course selection to allow Michael E. DeBakey VA Medical Center to "pick and choose" the courses of greatest need and incorporate courses as needed into existing programs and courses available within Michael E. DeBakey VA Medical Center. VA Medical staff shall be able to modify the program for alignment with VA, VISN, and VA-specific objectives if necessary. To ensure that all participants receive a consistent learning experience, all necessary materials shall be provided as part of the program, including detailed instructor guides with full lesson scripts, participant workbooks, slide presentations, and supplemental course resources. Courses shall be highly interactive, with an average of 70% interactive activity/discussion time and 30% didactic presentation. Each individual course shall be no more than four hours in length. Courses shall have a formal evaluation methodology such as Kirkpatrick Four Levels Of Evaluation. Contractor shall provide an automated system for gathering and reporting course evaluation and knowledge assessment data from participants. Continuing Nursing Education (CNE) Requirement Each course shall be approved for a minimum of three (3) continuing nursing education, or contact hours, recognized by the American Nurses Credentialing Center (ANCC). Delivery Method and Schedule The program shall be a packaged system administered by a Michael E. DeBakey VA Medical Center employee (instructor). Classroom-based curriculum and instruction shall allow Michael E. DeBakey VA Medical Center staff the flexibility to provide alignment with VA-specific objectives at the national, VISN, or Medical Center level, and to incorporate discussion and review of facility-specific quality goals and reports into lessons. The contractor shall be able to provide a commercial off-the-shelf product that has been used and delivered, with prior success, to nurses in a health care setting. Course materials shall be shipped within 7 to 10 days After Receipt of Order (ARO). Customer Support Contractor shall be available to support and provide assistance to VA Medical Center staff to answer questions, help resolve problems, and advise for maximum outcome results. A "train-the-trainer" program shall be delivered by the Contractor to prepare each facility-provided instructor to effectively present the curriculum and lead interactive activities and discussions. Alignment to VHA Competencies and Strategic Initiatives The curriculum shall complement the VA's Servant Leader culture and efforts to promote continuous learning and growth throughout the organization. By implementing leadership training for front-line nursing leaders, The curriculum shall develop a highly skilled, patient-focused workforce that will provide exemplary leadership for the 21st century and meet the strategies outlined in the VHA Blueprint) The curriculum shall demonstrate alignment with the VA's All Employee Competencies and Leadership Competencies (examples below): All Employee Competencies Leadership Competencies oCommunication o Leading People oInterpersonal Effectiveness o Building Coalitions oCritical Thinking o Leading Change oOrganizational Stewardship o Global Perspective oVeteran and Customer Focus o Business Acumen The courses shall equip charge nurses with improved decision-making, conflict management, and critical thinking skills necessary to leading a team that provides optimal patient-centered care and fostering a work environment that is conducive to improved retention of valuable nursing staff. 4.Evaluation Metrics The contractor shall provide services for gathering and reporting of key training measures such as: oLearner satisfaction oLearning/knowledge attained. oImpact of learning on the job. oBusiness results (such as employee retention, improvement in quality measures, etc.) 5.Target Audience The program/courses shall be appropriate for nurses who are new to the role, those who need to refresh their leadership skills, or those who have not had the benefit of formal leadership training. 6.Invoice and Payment All invoices shall be submitted in arrears, properly prepared in accordance with FAR 52.212-4, contain sufficient details, and match with the service tickets for the work rendered. a. Monthly Invoices Invoices for fixed monthly fee shall be properly prepared and sent via OB10. Contractor shall register and submit invoices electronically via OB10. The website address for registering: WWW.OB10.COM. Notes: On the right side of the screen, click on the (orange button that reads, REGISTER NOW) THE PROMO CODE SO VENDOR DOESN'T GET CHARGED FOR INVOICES:VAPC7Y18 THE VA's BUYER ID NUMBER: AAA544240062. Help Desk Number: 1-800-353-9791 or email: vafsccshd@va.gov More information on OB10 invoicing is located http://www.ob10.com/us/en/veterans-affairs/. These invoices shall be sent in arrears at the beginning of each month following the month in which the services were rendered and billed for. At a minimum, all invoices shall include the following details: oDescription of the services rendered oBilling period in which the services were rendered oCorrect purchase order number which shall be issued by the Contracting Officer after the contract is awarded. Invoices without correct purchase order number shall be rejected and returned to the Contractor. oInvoice number and date oItem(s) covered (to include serial #s) by the PMI and covered period of service. Payments shall be made in accordance with the Prompt Payment Act out of the Government's annual appropriated funds obligated in a purchase order which shall be issued after the contract is awarded. 11.Price/Cost Schedule: Price shall be provided in accordance with the following format below: ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Contractor shall provide Charge Nurse fundamentals (3.5 CNE) /1 Contract Period: Base POP: 10 Days After Receipt of Order (ARO) 4.00EA____________________________________ 0002Contractor shall provide Critical Thinking for Charge Nurses (3.5 CNE) /1 Contract Period: Base POP: 10 Days After Receipt of Order (ARO) 4.00EA____________________________________ 0003Contractor shall provide Leading Change in a Dynamic Climate (3.5 CNE) /1 Contract Period: Base POP: 10 Days After Receipt of Order (ARO) 4.00EA____________________________________ 0004Contractor shall provide Supervisory Skills for Positive Outcomes (3.5 CNE) /1 Contract Period: Base POP: 10 Days After Receipt of Order (ARO) 4.00EA____________________________________ 0005Contractor shall provide Employee Engagement and the Patient Experience (3.5 CNE) /1 Contract Period: Base POP: 10 Days After Receipt of Order (ARO) 4.00EA____________________________________ 0006Contractor shall provide Instructor Training Contract Period: Base POP: 10 Days After Receipt of Order (ARO) 3.00EA____________________________________ GRAND TOTAL__________________ 12. CONTRACT CLAUSES/SOLICITATION PROVISIONS The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) applies to this acquisition. All offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement. The addendum to FAR 52.212-4 also applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and all additional FAR clauses cited in the clause are applicable to the acquisition. Addendum to FAR 52.212-4 - Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252-2 (see below), starting first with FAR and followed by VAAR. 13. FAR CLAUSES 1.52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) 2.52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 3.52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 4.52.219-13 Notice of Set-Aside of Orders (NOV 2011) 5.52.232-18 AVAILABILITY OF FUNDS APR 1984 6.52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 7.52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 8.52.237-3 CONTINUITY OF SERVICES JAN 1991 9.VAAR CLAUSES 1.852.203-70 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. 2.852.232-72 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, email, 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. 3. 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 Texas. 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 Clauses) 10.LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-6 VA Notice of Small Business (SB) set aside. SB registration will be verified in System Award Management (SAM) and Small Business Administration (SBA). Proposals will be considered nonresponsive and rejected if the Contracting Officer is not able to verify and view contractor registrations. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. 11.Addendum to FAR 52.212-1INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation. (a)General Instructions: 1.The Government plans to make an award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if it is determined to be necessary. 2.Price proposals and technical proposals of each offeror will be evaluated independently. Offerors shall separately bind each. All copies shall therefore be labeled with the offerors name, business address, and VA Solicitation Number. 3. The response shall consist of two (2) separate parts; Part I - Price proposals, Part II - Technical proposals. (b)Specific Instructions: 1. PART I - Price Proposal - Submit one (01) original a. Price/ Cost schedule completed by the signatory authority and any Amendments. 2. PART II - Technical Proposal - Submit one (01) original. a. The Offeror, shall submit one (01) original detailed technical proposal in a format that clearly addresses the technical evaluation factors below. b. Each response shall address each factor in the sequence listed and clearly identify which factor is being addressed. c. There shall be no mention of costs in the Technical Proposal. 3.Proposals shall be emailed to Darnell.Rias@va.gov NO LATER THAN May 17, 2016 by 2:00 PM CST. No Fax Copies will be accepted. No hand delivered copies will be accepted. 4.Offeror's business size certification and status will be verified in the System Award Management (SAM), and Small Business Administration (SBA), with Data Universal Number (DUN). Offer shall ensure the company data is able to be viewed publically in all systems. Proposals shall be considered non responsive if Contracting Officer is not able to verify data in SAM's, and SBA. 5.All Questions shall be submitted no later than May 11, 2016 by 10:00a.m. CST. to Darnell.Rias@va.gov 6.EVALUATION FACTORS FOR AWARD The Government will award a contract on the basis of the lowest priced technically acceptable proposal meeting or exceeding the acceptable standards for non-cost factors. The following factors shall be used to evaluate offers: Factor 1: Technical Factor 2: Past Performance Factor 3: Price Pass: Contractor submitted a technical proposal that addressed each of the of the Technical Sub factors listed below. There are no significant weaknesses Fail: Contractor failed to submit a technical proposal that addresses the Technical Sub factors. 12.Addendum to FAR 52.212-1 - Show full text FAR provisions followed by VAAR provisions in numeric order. List all provisions incorporated by reference in numeric order under 52.252-1 (see below), starting first with FAR and followed by VAAR. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR PROVISIONS http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 1.52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 2.52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Price service contract resulting from this solicitation 13.VAAR PROVISIONS 1.852.252-70 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. 2.[Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] 3.852.270-1 Representatives Of Contracting Officers (Jan 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Provision) 14.52.212-2 Evaluation-Commercial Items (Jan 1999) The Government will award a contract on the basis of the lowest priced technically acceptable proposal meeting or exceeding the acceptable standards for non-cost factors. The following factors shall be used to evaluate offers: Factor 1: Technical Factor 2: Past Performance Factor 3: Price Factor 1: Technical Pass: Contractor submitted a technical proposal that addressed each of the of the Technical Sub factors listed below. There are no significant weaknesses Technical Sub factors: Sub factor 1: The curriculum shall be healthcare/nursing-specific, evidence-based, and teach leadership concepts using real-world scenarios, case studies, video vignettes, and other activities. Sub factor 2: The courses shall provide professional and leadership development opportunities necessary for charge nurses to effectively lead their teams. Topics must specifically include: oTransitioning from peer to leader oCritical thinking oCommunication oConflict management oLeading change oDelegation Sub factor 3: The courses shall be highly interactive, with an average of 70% interactive activity/discussion time and 30% didactic presentation. Sub factor 4: Each course shall be approved for a minimum of 3 continuing nursing education, or contact hours, recognized by the American Nurses Credentialing Center (ANCC). Documentation verifying approval shall be submitted with contractor's proposal. Sub factor 5: The program shall use Kirkpatrick's Four Levels of Evaluation to measure the success of the program. Sub factor 6: The Contractor shall have, and provide, an automated system for gathering and reporting course evaluation and knowledge assessment data from participants. Sub factor 7: A train-the-trainer/facilitator program shall be delivered by the Contractor to prepare each facility-provided instructor to effectively present the curriculum and lead interactive activities and discussions. Sub factor 8: Course materials shall be shipped 7 to 10 days After Receipt of Order (ARO). Sub factor 9: The program shall be modifiable by VA Medical instructors for alignment with VA, VISN, and VA-specific objectives if necessary. Factor 2: Past Performance (A). In this factor, Past Performance will be evaluated for responsibility purposes only. Offeror's demonstrating past performance of work of a similar nature and relevance to this procurement within the past three (3) years. Offeror shall utilize the attached Past Performance Questionnaire. (B). Past Performance: The Offeror shall send out the attached past performance questionnaire to each of their references. The Government will evaluate the quality and extent of Offeror's performance deemed relevant to the requirements of this solicitation. The references shall return the past performance questionnaire directly to the Government Contract Specialist listed on the past performance questionnaire via email by the due date of proposals. The government will use information submitted by the Offeror's and other sources such as other Federal government offices and commercial sources to assess performance. (C). Offeror's should follow-up and encourage references to return the questionnaires to the Contracting Specialist in a timely manner. The government will review available past performance data in PPIRS. However, the government reserves the right to obtain past performance information from any available sources and may contact customer other than those identified by the offer when evaluating past performance. Note: Offeror's with no relevant past performance history will not be evaluated favorably or unfavorably on past performance. Factor 3: Price (A). In this factor, price will be evaluated for reasonableness and fairness by comparing proposals against each contractor submitted proposal, and the government independent cost estimate. (B) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. DELIVERABLES: 1. Technical Proposal adhering to the Technical factor and technical sub factors listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25616R0576/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-R-0576 VA256-16-R-0576.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2715755&FileName=VA256-16-R-0576-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2715755&FileName=VA256-16-R-0576-000.docx

 
File Name: VA256-16-R-0576 Past Performance Questionnaire.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2715756&FileName=VA256-16-R-0576-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2715756&FileName=VA256-16-R-0576-001.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: Michael E. DeBakey VA Medical Center;2002 Holcombe Blvd;Houston, TX
Zip Code: 77030
 
Record
SN04107320-W 20160507/160505234751-0780b508d82183a90304a90021a197bd (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.