SOURCES SOUGHT
70 -- Vocera- COVID 19
- Notice Date
- 5/13/2020 6:32:10 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020Q0632
- Response Due
- 5/20/2020 12:00:00 AM
- Archive Date
- 07/19/2020
- Point of Contact
- Brooke Hansen brooke.hansen@va.gov
- E-Mail Address
-
brooke.hansen@va.gov
(brooke.hansen@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT request for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine the following: The interest and capability of all businesses; Whether the business source is a manufacturer or authorized distributor, verified by an authorization letter from the original equipment manufacturer; and Size classification relative to the North American Industry Classification System (NAICS) code 541519 for the proposed acquisition. The Department of Veterans Affairs, Network Contracting Office 10 is seeking potential sources for BRAND NAME OR EQUAL Products be provided for the Battle Creek VA Medical Center, 5500 Armstrong Rd, Battle Creek, MI 49037. All items shall be new; refurbished/used items are not acceptable. Brand name or equal requirements: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA $_________ $_________ VOCERA ENTERPRISE LISCENSE, 300 USERS LOCAL STOCK NUMBER: 900-01082 0002 2.00 EA $_________ $_________ VOCERA ENTERPRISE ADD-ON LICENSE, 50 USERS LOCAL STOCK NUMBER: 910-01899 0003 1.00 EA $_________ $_________ VOCERA MESSAGING, 50 USERS LOCAL STOCK NUMBER: 900-02060 0004 205.00 EA $_________ $_________ ENGAGE, ENTERPRISE LICENSE, PER BED LOCAL STOCK NUMBER: 910-01676 0005 1.00 EA $_________ $_________ VOCERA ANALYTICS LICENSE LOCAL STOCK NUMBER: 900-01862 0006 4.00 EA $_________ $_________ SIP TELEPHONY, 6-PORTS LOCAL STOCK NUMBER: 900-01101 0007 1.00 EA $_________ $_________ VOCERA MESSAGING INTERFACE (VMI) MODULE LISCENSE, 3 APPLICATION PORTS LOCAL STOCK NUMBER: 900-01743 0008 400.00 EA $_________ $_________ B3000N, DUAL-BAND, WHITE BADGE LOCAL STOCK NUMBER: 220-01576 0009 400.00 EA $_________ $_________ B3000N, FIPS 140-2 DEVICE LICENSE LOCAL STOCK NUMBER: 261-01948 0010 800.00 EA $_________ $_________ B3000 SERIES BATTERY, WHITE LOCAL STOCK NUMBER: 230-01925 0011 58.00 EA $_________ $_________ B3000, CHARGER, 8-BAY, NA LOCAL STOCK NUMBER: 230-02008 0012 32.00 EA $_________ $_________ B3000, DOUBLE-BREAKAWAY LANYARD, 25-PACK LOCAL STOCK NUMBER: 230-01995 0013 32.00 EA $_________ $_________ B3000, UNIVERSAL CLIP, 25-PACK LOCAL STOCK NUMBER: 230-01985 0014 8.00 EA $_________ $_________ TRAINING KIT, VOCERA 4.3, 100 USERS LOCAL STOCK NUMBER: 230-01881 0015 1.00 EA $_________ $_________ VOCERA PREMIER SUPPORT SERVICES FOR 300-USER ENTERPRISE LICENSE LOCAL STOCK NUMBER: 920-01337 0016 2.00 EA $_________ $_________ VOCERA PREMIER SUPPORT SERVICES FOR 50-USER ENTERPRISE ADD-ON LICENSE LOCAL STOCK NUMBER: 920-01742 0017 1.00 EA $_________ $_________ VOCERA PREMIER SUPPORT, MESSAGING, 50 USERS LOCAL STOCK NUMBER: 920-02050 0018 205.00 EA $_________ $_________ ENGAGE, PREMIER SUPPORT, ENTERPRISE LICENSE, PER BED LOCAL STOCK NUMBER: 920-00435 0019 4.00 EA $_________ $_________ VOCERA PREMIER SUPPORT SERVICES FOR SIP TELEPHONY, 6-PORTS LOCAL STOCK NUMBER: 920-01111 0020 400.00 EA $_________ $_________ B3000, Customer Care Warranty, 2 year extension LOCAL STOCK NUMBER: 920-01793 0021 1,020.00 EA $_________ $_________ CLINICAL SOLUTIONS CONSULTANT LOCAL STOCK NUMBER: CONSULTANT 0022 1.00 EA $_________ $_________ Vocera Premier Plus Support Services upgrade (Annual) LOCAL STOCK NUMBER: 240-01405 0023 1.00 EA $_________ $_________ Vocera Badge Configuration Station (Workstation/Laptop & Wireless Access Point) LOCAL STOCK NUMBER: VOCERA-BCONFIG 0024 1.00 EA $_________ $_________ Dialogic Media Gateway LOCAL STOCK NUMBER: VOCERA-DMG 0025 1.00 EA $_________ $_________ Analytics Server LOCAL STOCK NUMBER: Vocera-Server2020 0026 2.00 EA $_________ $_________ Dell PowerEdge Rack Mounted Server LOCAL STOCK NUMBER: Vocera-Server2020 1. Contract Title. Wireless Communications System solution. 2. Background. Reliable and effective communication is an on-going issue for both direct patient care and clinical and non-clinical critical support services. Battle Creek VA Medical Center (BCVAMC) has identified a strategic initiative to implement a state-of-the-art hands-free wireless communications solution to improve veteran care, including safety and satisfaction as well as staff efficiency. During the COVID-19 healthcare crisis the facility identified the need for improved rapid communication between checkpoint entries and second level screening areas. This solution is based on best practices at over eighty other VA facilities nation-wide. This system will be used Medical Center wide for securely broadcasting voice messages immediately to select staff, individuals or groups on a prioritized basis to facilitate routine and urgent communication requirements. It also can be connected into the hospital nurse call system, the Spacelabs monitoring system, the current and future Electronic Health Record (HL-7, Vista and Cerner) and other hospital systems to provide real-time communication/alerts directly to the assigned clinical staff. Improving communication for our mission-critical mobile environment will enable healthcare professionals and support staff on all levels to work more efficiently, reduce alarm fatigue, eliminate reliance on old pager technology for alerts, and improve employee and patient satisfaction. 3. Scope. The Contractor shall deliver to the Government a communications solution (referred to heretofore as the System) which uses a wearable lightweight badge and an application installed on Government Furnished Equipment (GFE) iPhone to link a variety of hospital systems together to streamline facility-wide communication. The System shall be capable of bidirectional communication of patient information with VISTA/CPRS and Cerner EHMRs (detailed in section. The Contractor shall deliver a system which will enable voice calls to individuals, roles and teams/groups without having to know who is on shift or what number to call. The Contractor shall deliver a system with emergency capability to interrupt a busy device for urgent messages or send panic group messages. 6.5 Integration Capabilities). The Contractor shall provide software, a perpetual software license, hardware, installation, implementation, training, software maintenance, upgrades, and technical support services. Across all tasks and deliverables, the Contractor shall provide project planning and management support. More details regarding specific deliverables are provided below. 4. Installation and Implementation: The Contractor shall provide all services and supplies required to install the System at the Battle Creek VAMC and Wyoming Community Based Outpatient Clinics (CBOC) campus locations, including the setup, configuration, and testing of all virtual servers and interfaces required to achieve integration of the System. The System will be scalable with initial quantity of 400 communication badges and 205 bed licenses. The System will have the capability to be phased into future CBOCs. 4.1 The Contractor shall provide an on-site readiness assessment covering the BCVAMC and Wyoming CBOC. This assessment will examine the current network infrastructure, including Wi-Fi hardware and coverage, to determine its ability to support the System. 4.1.1 The Contractor will make recommendations to the VA regarding any changes or additions to the current network infrastructure which would be necessary for successful implementation and sustainment of the System. 4.2 The Contractor shall conduct a series of call flow design sessions. The design sessions will consist of clinical call flow analyses to develop clinical roles, groups, forwarding, naming conventions, and permanent and temporary group parameters. 4.2.1 The Contractor shall also document, design and develop room groups for staff assignments, allowing end user association with room/group roles nested within the call flow design. 4.2.2 The design calls shall also include functional and technical design for any interfaces with 3rd party systems. 4.2.3 Contractor shall perform analysis with Biomed and Information Technology departments to ensure proper integration with current hospital systems, i.e. nurse call system. 4.2.4 The Contractor shall produce Visio or equivalent diagram(s) to document the call flows and integrations with external systems (phones, nurse call, etc.) as discussed in the design sessions. 4.3 The Contractor must receive written (such as via email) acceptance of the key deliverables listed below from the VA prior to proceeding with System implementation. 4.3.1 Initial site readiness survey 4.3.2 Workflow/system design, including call flows & any 3rd party integrations 4.3.3 Project plan (including any decisions regarding timeline, options for staggered rollout, etc.) 4.4. Change orders for the project plan must be initiated by the VA in writing (such as via email) and mutually agreed upon prior to institution of any changes. 4.5 Installation and implementation shall not be considered complete until the Government has verified that the System is fully functional and available for use without further configuration and/or programming, by trained VA staff, at all required locations. 4.6 The Contractor must comply with national and local VA policies regarding on-site work, including (but not limited to) as applicable: online training, contractor orientation, notification policy for work on-site, ICRA/ILSM development, obtaining PIV or other credentials. 5. System Performance: The Contractor shall deliver a System to VA that includes and meets or exceeds the following: 5.1 The System shall be designed, installed, and implemented to deliver 95% or better system uptime. 5.2 The System shall provide, at minimum, the following functionality: 5.2.1 Provide a communication solution using a badge or smart badge with an application installed on GFE phones that links a variety of hospital systems together to streamline facility-wide communication. 5.2.2 Reduce alert fatigue by creating workflows that direct the right alerts to the right people and reduce extraneous alerts. Consolidate the numerous existing communication devices into one wireless device. Improve efficiency and patient safety by reducing the need to check the computer for stat orders or return to the nurses station to answer call lights. Ability to be used inter-departmentally throughout the facility to initiate calls to individuals, departments, or work groups without the need to know an extension. Provide a variety of device options to accommodate needs of various clinicians and support staff: Voice-controlled/Hands-free badge with breakaway lanyard, ability to add vendor application to existing GFE, iPhone, Desktop app. Automated communication workflows and a System which links into existing hospital notification and alarm systems. Ability to initiate a push to talk session within departments, panic alerts, and interrupt busy device with urgent call requests. User and Group Management Functionality: Active Directory information can be used to create and manage user and group information and workflow. End-user privilege management: user configuration options, group configuration options, configurable group privileges, assignment of management authority. Contractor shall provide a full-time, onsite system administrator to help configure and test user profiles, manage user accounts and reset passwords. Integration Capabilities: Integrate with the current VISTA Computerized Patient Record System (CPRS) and Cerner in the future for various notifications. i.e. stat orders, critical lab results, PRN effectiveness, etc. Any software which would need to be utilized by end users shall be TRM-approved so it may be allowed to be installed on IT workstations and not require purchase of additional computers. Any mobile aspect of the solution should have approval by the VA to be accessed on GFE mobile iOS phones. Integration with current and future planned 3rd party systems: -Bed Management System - Current nurse call system using either Spok or Engage to link to badges (TekTone Nurse Call, Vision Link) -Facility pagers -External phones (SMS), iPhones -Email -SpaceLab -Velocity alarms -Checkpoint alarms -Wippa alarms -Welch Allyn vital signs -Alaris Pumps Hardware Requirements: 5.5.1 The Contractor shall provide a System which can be operated exclusively on a virtual server platform which requires no physical hardware. 6.5.1.2 The VA will provide the virtual servers required for the System for BCVAMC and Wyoming CBOC. Contractor shall provide all materials (hardware, licenses, software, etc.) required to establish complete and separate Systems for the BCVAMC and Wyoming CBOC campuses. Contractor shall provide all device hardware, batteries, and chargers required for complete deployment of the proposed system. All wireless communication devices must be FIPS 140-2 certified. Devices must be resistant to background noise and have voice recognition capabilities to support use in high noise environments. Batteries should have the ability to do a hot swap. Battery life must last for an entire 12-hour shift. Minimum: 3 hours of talk time. Device must have privacy options or headset jacks. Devices must be durable and resistant to breaking caused by drops, or normal wear and tear. Voice-controlled/hands-free device should be lightweight. No more than 3.5 oz. including the battery. Devices must work on a shared device model (log in and out of the device by multiple users). Network Requirements: System shall utilize the existing Government owned and operated network. Contractor shall provide recommended upgrade specifications for Government owned and operated networks, to be acquired and installed under separate contract, including ongoing consultation and recommendations as System upgrades are disseminated, throughout the life of the contract. Initial and Ongoing Maintenance, Support, and Service: Contractor Shall provide nursing assignment integration. Contractor shall certify all system component updates, upgrades, bug fixes, and other recommended System modifications are rigorously tested and proven to be stable prior to installation and implementation. Contractor shall not install and/or implement any custom, alpha, or beta developmental software versions, modules, plug-ins, etc. beyond the version(s) specified within the original proposal without written Contracting Officer approval prior to installation of the same. Contractor shall provide an initial list of any/all 3rd party software components included in the System and update list whenever any 3rd party components are added, deleted, or modified. Contractor shall provide an initial planned release schedule including major as well as feature/function releases and provide updates to the planned release schedule immediately when any change is made to the schedule (same day). Contractor shall provide complete descriptions of all System upgrades including dates within the calendar year prior to initial system installation. Contractor shall provide a complete description of the licensing model(s) employed at the time of original system installation and not change the licensing model without written approval from the Contracting Officer. Contractor shall maintain and provide an initial and updated list of any/all known compatibility issues to include issues with antivirus software. Contractor shall provide ongoing operating system and database updates throughout the life of the contract at no additional charge. Contractor shall provide a persistent, full-time employee to serve as a System Administrator, whose duties shall include the following: Be assigned to physical workspace at the BCVAMC. Begin working with the VA from the start of the planning/implementation phases of the project. Serve as ongoing trainer for new and existing employees, as well as for back-up system administrators identified by VA. Configure and test existing and new user profiles or groups in the system. Manage user accounts, password resets. Assist with design and creation of new workflows throughout the life of the System as identified by BCVAMC or Wyoming CBOC staff on an ongoing basis. This includes integration with future hospital technologies such as upgraded nurse call system. Contractor shall provide remote system support via VPN/remote access (note: contractor shall utilize the VA national Site-to-Site VPN, or the Contractor shall work with the Office of Cyber and Information Security and VISN10 Information Security Officers to establish a client-based VPN). Contractor shall notify the COR within two (2) business hours when any System failures occur that impair the ability of the contractor to provide full functionality of the System. Contractor shall provide a VA Directive 6550 v3 document for any part of the solution considered by the VA to be a candidate for Medical Device Isolation Architecture or Specialized Device Isolation Architecture. Contractor shall attend meetings or conference calls scheduled by the COR to address areas of concern and exchange information to ensure consistent high levels of professional services. Contractor shall be responsible for all costs associated with attending meetings and/or conference calls. COR shall be responsible for scheduling and coordination of all meetings and conference calls. Contractor shall implement and maintain a Quality Control System that results in correction of potential and actual problems throughout the scope of the contract performance. The Quality Control System shall contain processes for corrective actions without dependence upon Government direction and shall maintain records of all contractor quality control inspections and corrective actions. Contractor shall work with the Government to design and implement any changes to the System configuration or integrations with external systems, as deemed necessary by the Government and mutually agreed upon by the Government and the Contractor. 6. Software/Software License, Software Maintenance. 6.1 Contractor is required to provide software, software license, software maintenance services, and technical support for the System. Distribution of maintenance copies shall be accomplished by using an appropriate magnetic, electronic, or printed media. As further defined below, software maintenance includes periodic updates, enhancements and corrections to the software, and reasonable technical support, all of which are customarily provided by the Contractor to its customers. 6.2 The software license provided to the Government is a perpetual, nonexclusive license to use the software. 6.3 The software shall be used in a networked environment. Any dispute regarding the license grant or usage limitations shall be resolved in accordance with the Disputes Clause incorporated in FAR 52.212-4(d). All limitations of software usage are expressly stated in the SF 1449 and the Performance Work Statement. 6.4 Contractor shall provide VA with software maintenance, which includes periodic updates, upgrades, enhancements, and corrections to the software and hardware, and reasonable technical support, all of which are customarily provided by the Contractor to its customers so as to cause the software and hardware to perform according to its specifications, documentation, or demonstrated claims. Any telephone support provided by Contractor shall be at no additional cost. 6.5 If the Government allows the maintenance and/or technical support to lapse and subsequently wishes to reinstate maintenance and technical support, any reinstatement fee charged shall not exceed the amounts that would have been charged if the Government had not allowed it to lapse. 6.6 If the licensed software or hardware requires a password (or license key) to be operational, it shall be delivered with the software media and hardware and have no expiration date. The Government requires delivery of computer software and hardware that does not contain any code that will, upon the occurrence or the nonoccurrence of any event, disable the software. Such code includes but is not limited to a computer virus, restrictive key, node lock, time-out or other function, whether implemented by electronic, mechanical, or other means, which limits or hinders the use or access to any computer software based on residency on a specific hardware configuration, frequency of duration of use, or other limiting criteria. If any such code is present, the Contractor agrees to indemnify the Government for all damages suffered as a result of a disabling caused by such code, and the Contractor agrees to remove such code upon the Government s request at no extra cost to the Government. Inability of the Contractor to remove the disabling software code will be considered an inexcusable delay and a material breach of contract, and the Government may exercise its right to terminate for cause. In addition, the Government is permitted to remove the code as it deems appropriate and charge the Contractor for consideration for the time and effort in removing the code. 7. Project Management. 7.1 The Contractor shall establish a single management focal point, the Project Manager (PM), to accomplish the administrative, managerial aspects of this effort. 7.2 The Contractor shall prepare and deliver a Contractor Project Management Plan (CPMP) that lays out the Contractor s approach, timeline, and tolls to be used in execution of the PWS. The CPMP should take the form of both a narrative and graphic format that displays the schedule, milestones, risks, and resource support. The CPMP shall clearly state how the Contractor shall coordinate and execute planned, routine, and special data collection reporting. 7.3 The Contractor shall be responsible to proactively manage project risk. The Contractor shall perform all tasks in accordance with applicable VA policies, directives and guidance related to technology, enterprise architecture, and IT governance. The Contractor shall create, maintain, analyze, and report integrated project plans and schedules for the project, as defined below. 7.4 The Contractor shall conduct a kick-off meeting with the Contracting Officer Representative (COR) and other Government representatives within ten (10) calendar days after award. The Contractor shall present its program plan, which includes the staffing plan, contact information for all task participants, schedule, and identification of key risk points, and mitigation plans. The Contractor shall provide a schedule which will identify detailed tasks and sub-tasks, including task duration, milestone dates, task dependencies, resource requirements, and planned dates for initial and final deliverables. Working collaboratively with the Government, the Contractor shall finalize all planning and submit final plans to the COR following the meeting. 7.5 The Contractor shall provide activity reports bi-weekly or when requested by VA staff. 7.6 The Contractor shall utilize project metrics to track, manage, and analyze task progress and communicate findings to the COR to ensure appropriate focus on critical attention areas. 7.7 The Contractor shall create, maintain, and apply a project schedule for assigned projects. The schedule shall identify and document all critical paths risks and issues and include all applicable universal project milestones. 8. Training. 8.1 The Contractor shall provide on-site training for the VA employee groups listed below during the employees scheduled shift and shall achieve the training goals indicated for each group. 8.2 VA employee groups include technologists, physicians, nurses, housekeepers, administrative staff, and other health care professionals. Training for each group shall be provided by qualified trainers. It shall focus on actual use of the System in a clinical setting. The goal for this training is that trained staff shall be able to successfully utilize available features including optimizing the System with little or no Contractor support. 8.3 The Contracted Administrator shall be provided administration background and training. Upon completion of training, Contracted administrators shall be able to provide local end-user support, i.e. able to answer/resolve at least the top ten most common end-user questions/issues. Trained Contracted administrators shall be able to provide end-user training. Contracted administrators shall also be able to create/manage user accounts, install/configure client applications for new users and monitor system utilization. 8.4 The BCVAMC Biomedical Engineering and Office of Information and Technology technical teams are comprised of technical specialists. Group members have hardware, software, and network expertise. System training for these groups shall be provided by the Contractor. Upon completion of System training, the VA technical teams shall have the ability to provide technical support for the System. They shall understand the functions of each System component and/or module. They shall be able to start the System, including the different services that make it up. They shall be able to locate and review application logs. They shall be able to resolve at a minimum the top ten most commonly experienced system issues/problems and optimize functions using all available System tools. They shall be able to monitor system utilization and manage any required day-to-day tasks required for optimal System performance. 8.5 The Contractor is responsible for providing training that achieves stated goals for each service listed in Table 1. Each service may include end-users, super-users, BioMed and/or OIT. Departments that will need training and user configuration include but may not be limited to: TABLE 1: BCVAMC and Wyoming CBOC Campuses Supply Chain Management Lab Pharmacy Social Work Emergency Management Nutrition & Food Service Facilities Management Service Bio Medical Engineering Environmental Management Service Remote Telemetry Urgent Care Primary Care Clinics Specialty Care Clinics Behavioral Health Clinics Nursing (inpatient & outpatient) Community Living Center Inpatient Mental Health 8.6 On-site training shall be conducted for each group as needed or when new employees come onboard via the onsite Contracted system administrator. 9. Performance Period. The period of performance shall be one (1) twelve (12) month base period plus four (4) additional twelve (12) month option periods. 10. Place of Performance. Contract performance shall take place at the contractor s location(s) and onsite at BCVAMC and Wyoming CBOC campuses. 11. Travel for Installation, Implementation and Training. The Government anticipates Contractor travel under this contract. All travel shall be incorporated into the overall firm fixed price for the contract. No travel costs will be reimbursed by VA. 11.1 Travel is anticipated for on-site installation, implementation, initial Go Live training, at all locations shown in Table 1. The Government acknowledges the possible use of remote access for installation and implementation purposes, within the constraints of all applicable VA Information Security Requirements. 12. Government Furnished Equipment/Information. The Contractor shall be allowed access to Government equipment including servers and network infrastructure. Information on Government equipment and systems shall be provided as necessary. No Government-owned property will be transferred into the Contractor s control. Additional software products may be provided by the Government as identified to facilitate Contractor access (e.g. Microsoft Terminal Services). 13. Invoicing. Invoices shall be submitted electronically via the Financial Services Center Mandatory Electronic Invoice System, on a monthly basis. Invoices must include, at a minimum, the following information: Contractor name, purchase order number, period of service the billing covers, and a list of equipment items covered during the stated period of performance. This requirement is in accordance with VARR Clause 852.232-72 Electronic Submission of Payment Requests: http://www.fsc.va.gov/einvoice.asp. Electronic payments are net 30 days. 14. Security Requirements. All contractor employees are subject to the same level of investigation as VA employees who have access to VA sensitive information or access to VA facilities. The background investigation includes the following requirements: 1) Completed documentation 2) Fingerprints 3) Completion of OPM s e-QIP Questionnaire. The Contractor is required to fulfill all of the security requirements. The Contractor, upon completion of fingerprinting, and an initial suitability determination, may be authorized tentative access to start the performance period of the contract, but only on condition of completion of all security requirements. This requirement is applicable to all subcontractor personnel requiring the same access. 15. Hours of Coverage & Federal Holidays. Maintenance Service will be provided during regular coverage hours of 8:00am to 5:00pm within the local time zone for each facility, Monday through Friday, excluding federal holidays. The contractor shall contact the POC or his/her designee prior to commencing any work on the premises. Federal Holidays are: New Years' Day Martin Luther King Day Presidents' Day Memorial Day Independence Day Labor Day Columbus Day Veterans' Day Thanksgiving Day Christmas Day All contractors that are interested in meeting this requirement are asked to submit the following information: Company Name Company Address DUNS Number Company POC Name Company POC Phone Company POC Email Business Size/Type under NAICS 541519 GSA Contract Number (if applicable) If proposing equal items, provide detailed documentation showing how the proposed items are equal to the Ultra Clean Systems brand. Additional information: All contractors must be registered with the System for Award Management (SAM)at https://www.sam.gov. Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the SBA and meet the requirements of FAR 19.102. Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with the Vendor Information Pages (VIP) at https://www.vip.vetbiz.gov as an SDVOSB or VOSB. Responses due to Brooke Hansen, Contracting Officer, by Wednesday, May 20, 20120 at 4:00PM. Please e-mail all responses to brooke.hansen@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/331db0f4cc874c3fac079b9b6bc707fc/view)
- Place of Performance
- Address: Battle Creek VA Medical Center;5500 Armstrong Rd;Battle Creek, MI 49037, USA
- Zip Code: 49037
- Country: USA
- Zip Code: 49037
- Record
- SN05656860-F 20200515/200513230200 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |