Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2017 FBO #5550
DOCUMENT

N -- Data Drops Installations - Base+4 - Attachment

Notice Date
1/31/2017
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24917Q0294
 
Response Due
2/7/2017
 
Archive Date
4/8/2017
 
Point of Contact
Jon Ransom
 
E-Mail Address
k
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA249-17-Q-0294 Page 1 of Page 1 of 15 Page 1 of COMBINED SYNOPSIS/SOLICITATION - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit a written RFQ referencing number VA249-17-Q-0294. (iii) This is a solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This solicitation is set aside for service-disabled veteran-owned small businesses; the associated NAICS code is 238210 and the small business size standard is $15 Million dollars. (v) This combined synopsis/solicitation is for the following commercial service: ITEM NUMBER DESCRIPTION EST QTY UNIT UNIT PRICE AMOUNT 0001 Triplex Data Drops - Standard Service Contract Period: Base POP Begin: 02-15-2017 POP End: 02-14-2018 Minimum order: 10 Each Maximum order: 300 Each 120 EA ________________ ________________ 0002 Triplex Data Drops - Emergent Priority Service Contract Period: Base POP Begin: 02-15-2017 POP End: 02-14-2018 No Minimum order Maximum order: 100 Each 30 EA ________________ ________________ 1001 Triplex Data Drops - Standard Service Contract Period: Option 1 POP Begin: 02-15-2018 POP End: 02-14-2019 No Minimum order Maximum order: 300 Each 120 EA ________________ ________________ 1002 Triplex Data Drops - Emergent Priority Service Contract Period: Option 1 POP Begin: 02-15-2018 POP End: 02-14-2019 No Minimum order Maximum order: 100 Each 30 EA ________________ ________________ 2001 Triplex Data Drops - Standard Service Contract Period: Option 2 POP Begin: 02-15-2019 POP End: 02-14-2020 No Minimum order Maximum order: 300 Each 120 EA ________________ ________________ 2002 Triplex Data Drops - Emergent Priority Service Contract Period: Option 2 POP Begin: 02-15-2019 POP End: 02-14-2020 No Minimum order Maximum order: 100 Each 30 EA ________________ ________________ 3001 Triplex Data Drops - Standard Service Contract Period: Option 3 POP Begin: 02-15-2020 POP End: 02-14-2021 No Minimum order Maximum order: 300 Each 120 EA ________________ ________________ 3002 Triplex Data Drops - Emergent Priority Service Contract Period: Option 3 POP Begin: 02-15-2020 POP End: 02-14-2021 No Minimum order Maximum order: 100 Each 30 EA ________________ ________________ 4001 Triplex Data Drops - Standard Service Contract Period: Option 4 POP Begin: 02-15-2021 POP End: 02-14-2022 No Minimum order Maximum order: 300 Each 120 EA ________________ ________________ 4002 Triplex Data Drops - Emergent Priority Service Contract Period: Option 4 POP Begin: 02-15-2021 POP End: 02-14-2022 No Minimum order Maximum order: 100 Each 30 EA ________________ ________________ GRAND TOTAL ________________ (vi) Description of requirements is as follows: The Tennessee Valley Healthcare System (TVHS) has a requirement for installation of data drops as additions to the existing structured cable plant on each primary campus (Nashville Medical Center and Alvin C. York Medical Center (Murfreesboro)) of TVHS per the attached statement of work (SOW). (vii) Anticipated period of performance is 2/15/2017 through 2/14/2018 for the base period with four annual option periods. Performance will take place at TVHS per the attached SOW. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. Addenda: Quotes may be submitted in any format that the offeror desires as long as it contains all the required information to determine it meets the needs of the government. 52.216-1 Type Of Contract (Apr 1984) The Government contemplates award of a Firm-Fixed-Price, Indefinite Quantity contract resulting from this solicitation. (End of Provision) 52.233-2 Service Of Protest (Sep 2006) 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: Hand-Carried Address / Mailing Address: Department of Veterans Affairs VISN 9 ASC (90C) 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 (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) VAAR 852.211-72 Technical Industry Standards (Jan 2008) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71 Alternate Protest Procedure (Jan 1998) (ix) Quotes will be evaluated in accordance with FAR 13.106-2. Award will be made in response to the lowest priced quote meeting the needs of the government. The following factors shall be used to evaluate quotes: 1) Price; and 2) Technical. Technical requirements are as follows: Each contractor shall submit a point-by-point response to each section of the SOW to demonstrate understanding of and compliance with the VA s requirements. The government may determine that a quote is technically unacceptable if the contractor fails to demonstrate understanding and compliance with the requirements contained in the SOW. (x) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the SAM website at https://www.sam.gov/portal/public/SAM/. If an offeror has not completed the annual representations and certifications electronically at the SAM website https://www.sam.gov/portal/public/SAM/ the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; as well as the following addenda: 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than one (1) unit, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of 300 units; (2) Any order for a combination of items in excess of 300 units; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 60 days beyond the effective period of this contract. (End of Clause) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 Option To Extend The Term Of The Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (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://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation) (Feb 2015) 52.216-18 Ordering (Oct 1995) 52.228-5 Insurance Work On A Government Installation (Jan 1997) 52.232-19 Availability Of Funds For The Next Fiscal Year (Apr 1984) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016)(Deviation) VAAR 852.232-72 Electronic Submission Of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) (End of Clause) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items (Deviation), applies to this acquisition. The following apply: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 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). 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition: N/A (xiv) The following Defense Priorities and Allocations System (DPAS) rating applies: N/A (xv) The date, time, and place for submission of quotes is as follows: 2/7/2017, 4:00P.M. (Central Time). Submit written quotes (oral quotes will not be accepted) via mail, email or fax. Jon Ransom, Contracting Officer, Department of Veterans Affairs, Network Contracting Office 9, 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129; e-mail: Jon.Ransom@va.gov; Fax 615-225- 3714. (xvi) For further information regarding this solicitation, offerors can contact the following individual: Jon Ransom, 615-225-3357, Fax 615-225- 3714, Jon.Ransom@va.gov. Tennessee Valley Healthcare System (TVHS) Structured Cable Installation Murfreesboro and Nashville Campuses 1. BACKGROUND: The mission of the Tennessee Valley Healthcare System (TVHS) is to provide benefits and services to Veterans of the United States. In meeting these goals, TVHS strives to provide high quality, effective and efficient Information Technology (IT) services to those responsible for providing care to the Veterans at the point-of-care as well as throughout all points of the veterans healthcare in an effective, timely and compassionate manner. VA depends on IT systems to meet mission goals. Due to space utilization efforts and goals to increase healthcare delivery capacity, TVHS requires new CAT5E IT data drops (triplexes) to meet these demands. These installation requests will be fulfilled based on the need of the facility and both the schedule and quantity of required drops will vary throughout the performance period. 2. SCOPE: The Contractor shall provide all resources necessary to install data, (CAT5E), single and triplex drops as additions to the existing Structured Cable plant on each primary campus (Nashville Medical Center and Alvin C. York Medical Center (Murfreesboro)) of the Tennessee Valley Healthcare System described in the Statement of Work. All necessary coring/drilling shall be the responsibility of the vendor and must be approved by VA Engineering prior to starting any work. The Contractor shall respond to all requests within 8 business days and coordinate to have adequate technicians, resources and materials on-site in order to complete the requested work by the required completion date. The Contractor shall complete work on all requests by the requested completion date. 3. TASKS: 3.1 TECHNICAL KICKOFF MEETING: N/A 3.2 QUALIFICATIONS OF KEY PERSONNEL Installers shall be familiar not only with TIA/EIA 568 and 569 standards but also must be certified by the manufacturer of equipment being installed thus providing a manufacturer s end-to-end warranty of no less than 15 years. 3.3 INSTALLATION OF CABLE The Contractor shall provide and install telecommunications outlet connectors and cabling as specified below: Quote for cost per drop for additional drops for the base year and Option Years 1-4 for CAT5E, single and triplex drops per fiscal year. Data drops will be required throughout the option period. However, the contractor will be provided a work order (Appendix C) containing no less than 10 data drop locations at a single campus. [A data drop is defined as the outlet presentation to the user. To be more specific, for VoIP wall-mounted phones, the contractor shall provide a single data drop with a single cable, jack, and mounting plate. For data connection drops, the contractor shall provide a triplex data connection comprised of three separate data cables, three jacks, and a single mounting plate.] Due to emergent requirements, the COR may need to request accelerated support from the contractor. When emergent priority service is requested, the COR will provide the contractor a work order consisting of less than 10 data drops (single or triplex). Under priority service, the contractor shall install the drops listed on the work order within 2 business days of the written request. The contractor shall provide all cabling in conformance to the latest current American National Standards Institute /Electronics Industries Alliance/Telecom Industry Alliance (ANSI/EIA/TIA) Standards, ANSI/EIA/TIA 526-7, ANSI/EIA/TIA 526-14, ANSI/EIA/TIA 568-A, B, and C, ANSI/EIA/TIA 569, ANSI/EIA/TIA 570, ANSI/EIA/TIA 598, ANSI/EIA/TIA 606, ANSI/EIA/TIA 607, and ANSI/EIA/TIA 758, TIA-942. These include TSB-67 as well as TSB-95.National Communication System specifications, and Building Industry Consulting Service International (BICSI) Standards design manuals. All cable distribution installations shall be fully coordinated with the VA Contracting Officers Representative (COR) prior to start of installation. The Contractor shall be responsible for complete knowledge of the space and cable pathways (equipment rooms, telecommunications room (MDF), telecommunication closets (IDFs), conduits, wire-ways, etc.) of the VA facility. The Contractor shall design and install the cable distribution system using existing pathways (conduit, etc.) provided by the VA unless they are already full. In that case the Contractor must supply for and appropriately install new routes, using new Vendor Furnished Equipment (VFE) EMT conduit sleeves, J-hooks, fire-stop materials, etc. If temporary cable ties and wire pairs are used, they shall be installed so as to present no pedestrian safety hazard and the Contractor shall be responsible for all work associated with this temporary installation and for removal when no longer necessary. All Conductors shall be cabled so as to insure against induction in voice/data circuits. Crosstalk attenuation within the cable system shall be in excess of 80dB throughout the frequency range. In most cases this means installing all cables as if the Contractor were the first Trade in the spaces i.e. at the highest possible points in all cases. No cable ties are allowed in the finished product. All suspensions must use hook and loop fabric in the finished product. Where cable or conduit penetrates through fire/smoke partitions, firewalls, or floors, the Contractor shall prove firestop systems consisting of a material, or combination of materials installed to retain the integrity of fire resistance rated construction by maintaining an effective barrier against the spread of flame, smoke and/or hot gases through penetrations made by the Contractor. Firestop comply with manufacturer s recommendations for temperature and humidity conditions before, during and after installation of firestopping. All data outlets (Appendix A) shall be made of three colors of Category 5E-compliant eight position RJ-45 non-keyed (EIA/TIA 568B.2-1) for both voice and data. Unshielded Twisted Pair (UTP) 24 AWG Work Area (WA) cables shall be installed from each faceplate (in accordance with latest accepted release of EIA/TIA standards 568 "T568A" and 606) to the IDF, and shall be of a type designed to support CAT5E communications (not less than 350 MHz). If the site cabling is currently configured with the T568B standard, all follow-on cabling shall continue with the existing wiring scheme. Nashville Medical Center All returns are ducted therefore non-plenum rated cable is sufficient for the Nashville Medical Center. Alvin C. York Medical Center The majority of returns are plenum therefore all installations at Alvic C. York Medical Center must utilize plenum rated cable. Unless specified to support a wall-mounted Voice-Over-IP phone, all data drops shall be triplex connectors with a triplex flush mounted faceplate, containing three RJ45 Jacks (Red, White, (Blue or Orange or Yellow)). Position #1 shall be Red and position #2 shall be White. Position #3 may be Blue, Orange, or Yellow depending on the work order s specification. Orange connectors designate data ports for medical equipment and Yellow connectors designate non-VA partner data ports. Single data cabling to support wall-mounted Voice-Over-IP phone systems shall be mounted 48 to 52 above finished floor (AFF) and contain a single RJ45 Jack (Red or White or Blue). In the IDFs, the cable end for each connector shall be terminated on Government Furnished Equipment (GFE) modular patch panels. In the past, this VAMC s convention calls for one Red, one White, and one Blue (or Black) CAT5E cable to be used for each triplex drop. Whatever color of CAT5E cable used, all three must be terminated consistently to the #1 = Red, #2 = White, and #3 = Blue jacks. Cable Management shall be provided by the Contractor for both horizontal and vertical patch-cord management. Labeling and color-coding shall be in compliance with EIA/TIA 606 and follow the same numbering system as all existing cabling. Where there are no existing outlets installed and the new installation point is on a hollow wall, the Contractor shall fish the wall, provide and install a flush mounted box with the appropriate connectors and cables at the COR specified location. When surface-mount installation is required, wire mold and outlet box shall be provided by the Contractor for the number of locations identified by the COR in the work order. The Contractor shall provide the appropriate modular connectors and cover plate for each location identified in attached documentation, and shall mark it and document the cover plate using the appropriate # of the drop preceded by the room # of the IDF. MDFs and IDFs shall be wired in accordance with BICSI standards, and conform with the EIA/TIA standard 606 for labeling convention using Black lettering on White Label stock, from a recognized Commercial Labeling device, i.e.(Panduit, Brother, P-Touch, etc.) VA personnel will make all cross connects required to connect any equipment to this VAMC s Telecom and/or Data Networks as needed. This assures that no Contractor personnel can have any access to this VAMC Telecom or Data Networks. 3.3.1 ADDITIONAL TASKS The Contractor shall provide daily cleanup of work area and trash removal from site. The Contractor shall remove abandoned cabling in the affected rooms prior to installing new cabling. A blank wallplate shall be installed where the legacy data drop was removed. The Contractor shall ensure all penetrations in walls are 3.4 TEST DATA AND OTHER DOCUMENTATION The Contractor shall test newly installed cable for integrity. The Contractor shall test newly installed cable in accordance with EIA/TIA, NEIS and NECA/FOA standards. The Contractor shall be responsible for recording all test data. The Contractor shall submit all test data to the COR or IRM Site Supervisor of Cable Test Results document within 72 hours of completion of installation. The Contractor shall provide a set of Red-line Drawings showing the routes taken for the installation of each of these cables The Contractor shall provide drawings for each floor of each building showing the locations and numbering of each of the new drops. 3.5 SPECIAL CONSIDERATIONS All structured cabling installed by the Contractor shall carry a manufacturer s end-to-end warranty of no less than 15 years, provided no modifications have been made by the VA. 3.6 SECURITY REQUIREMENTS Contractor personnel performing work on either TVHS campus shall be subject to a background investigation required to allow physical access to install data cabling. IRM Personnel will provide an escort whenever access to telecommunications closets are required for installation, inspection, and testing of data drops listed in an accepted work order. 4. PLACE OF PERFORMANCE: All work shall take place in VA controlled buildings that are physically located at TVHS main campuses at the following locations: a. Alvin C. York Medical Center, 3400 Lebanon Pike, Murfreesboro, TN, 37129 b. Nashville Medical Center, 1310 24th Avenue South, Nashville, TN 37212 5. INSPECTION AND ACCEPTANCE CRITERIA: The Contractor shall provide a completed Appendix B checklist for each install request. Along with a physical inspection attended by the Contractor, the COR will use the completed checklist as a guide for inspection and acceptance of the communications room, cable runs and work area. In the event one or more discrepancies are noted by the COR, the contractor shall resolve the discrepancies within 1 business day of receipt. 6. APPLICABLE DOCUMENTS: The following documents are referenced for the performance of this effort: Building Industry Consulting Service International (BICSI) Standards Program Electronic Industries Association/Telecommunications Industry Association EIA/TIA 569 (Standards for telecommunications pathways and spaces requirements) Telecommunications Industry Association/Electronic Industries Association TIA/EIA-568B (Telecommunications cabling standard) ICEA Publications S-80-576-1998, Telecommunications Industry Association/Electronic Industries Association TIA/EIA 607 (Building grounding and bonding requirements) Telecommunications Industry Association/Electronic Industries Association TIA/EIA 606 (Standard for records, labeling and space & pathway administration) Federal Communications (FCC) Part 68, Americans with Disabilities Act (ADA) National Fire Protection Association (NFPA) Codes and Standards Underwriters Laboratories (UL) Standards National CAD Standard (NCS) standards Insulated Cable Engineers Association (ICEA) Publications S-80-576-1998 (Ref.B1.6) Appendix A: Faceplate Layout for Triplex Drops Appendix B: Data Drop Installation Inspection Form Appendix C: Data Drop Work Order Template
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917Q0294/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-17-Q-0294 VA249-17-Q-0294.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3245804&FileName=VA249-17-Q-0294-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3245804&FileName=VA249-17-Q-0294-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Alvin C. York Medical Center;3400 Lebanon Pike, Murfreesboro, TN, 37129;and;Nashville Medical Center;1310 24th Avenue South, Nashville, TN 37212
Zip Code: 37212
 
Record
SN04385590-W 20170202/170131234046-0428601abab3bb540bbe8709bd4fcfd0 (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.