Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2020 SAM #6775
SOLICITATION NOTICE

63 -- AMAG Security Cameras and AMAG Security System Components

Notice Date
6/15/2020 5:38:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25720Q0834
 
Response Due
6/26/2020 9:59:00 PM
 
Archive Date
08/21/2020
 
Point of Contact
Danise Burt, Contract Specialist, Phone: 972-708-0809
 
E-Mail Address
danised.burt@va.gov
(danised.burt@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number 36C25720Q0834 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. In order to be eligible for award under SDVOSB or VOSB concerns in accordance with the authority of 38 U.S.C. 8127(d) an offeror must be certified/verified in VetBiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 and in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids. NAICS Code: 334220 and Size Standard is $16.5M. Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. Description of Services: The Amarillo VA Health Care System, (AVAHCS) is seeking a contractor to purchase equipment, install, program, and remove AMAG components. This will include parts, updates, system licenses, labor, and travel during the hours of 8am to 5pm, Monday through Friday. The Contractor will perform a system inspection and operability check to insure 100% system operability and stability. They will install and program the SMS Database and NVRs at the newest versions of Homeland Security Edition software and options. Place(s) of Performance: Department of Veterans Affairs Medical Amarillo VA Health Care System 6010 Amarillo Blvd Amarillo TX 79106 Type of Contract: A Firm Fixed Price Period of Performance: TBD The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.216-1 Type of Contract (APR 1984) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) addenda to FAR 52.212-4 attached 52.204-13 System for Award Management Maintenance (OCT 2018) 52.217-9, Option to Extend the Term of the Contract 52.232-19, Availability of Funds for the Next Fiscal Year 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (MAY 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) (a) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside, VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside and FAR 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6.  The Contractor is advised that in performing contract administration functions, the Contracting Officer 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. (c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) 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 Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2019) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) 52.204-14, Service Contract Reporting Requirements 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (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 (SEPT 2016) 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) 52.222-50, Combating Trafficking in Persons (JAN 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.217-8, Option to Extend Services 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 60 days. (End of Clause) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation.  Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.  Evaluation of options will not obligate the Government to exercise the option(s). (End of Addendum) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)       (a) Definitions. As used in this provision       Covered telecommunications equipment or services , Critical technology , and Substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.       (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing            (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or            (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.       (c) Representation. The Offeror represents that      It will, will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.       (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer            (1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);            (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;            (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and            (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of Clause) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)       (a) Definitions. As used in this clause       Covered foreign country means The People s Republic of China.       Covered telecommunications equipment or services means            (1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities);            (2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities);            (3) Telecommunications or video surveillance services provided by such entities or using such equipment; or            (4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.       Critical technology means            (1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations;            (2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled-                 (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or                 (ii) For reasons relating to regional stability or surreptitious listening;            (3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities);            (4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material);            (5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or            (6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817).       Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service.       (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in Federal Acquisition Regulation 4.2104.       (c) Exceptions. This clause does not prohibit contractors from providing            (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or            (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.       (d) Reporting requirement. (1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil.            (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause                 (i) Within one business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.                 (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services.       (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items. (End of Clause) (End of Clause) QUOTE SUBMISSION INSTRUCTIONS AND EVALUATIONS: RFQ QUESTION SUBMISSION: Questions must be received no later than June 16, 2020 at 11:59pm CST. Email your questions directly to Danised.burt@va.gov. The subject line must specify: RFQ 36C25720Q0834 Questions. There will be no automated email notification of receipt of questions. An amendment/modification to the Solicitation will be posted to FBO answering all questions submitted. RFQ QUOTE SUBMISSION: Quotes must be received no later than Monday, June 22, 2020 11:59pm CST. Email your quote directly to DaniseD.Burt@va.gov. The subject line must specify: RFQ 36C25720Q0834.- Quotes. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. EVALUATION OF QUOTES: EVALUATION OF QUOTES: SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror shall meet the limitation in subcontracting clause. The subcontract o vendor must be similarly situated in the same The offeror shall outline how they will be in agreeance/compliance with the limitations on subcontracting requirements in 13 CFR §125.6. Any quotes using subcontractors or teaming partners to perform any part of the work must show the subcontractor or teaming partner to be similarly situated as the prime. A similarly situated subcontractors or teaming partners is a company who has the same size standard and NAICS code as the prime offeror/vendor. Similarly situated entity is a subcontractor that has the same small business program status as the prime contractor. This means that: For a HUBZone requirement, a subcontractor that is a qualified HUBZone small business concern; for a small business set-aside, partial set-aside, or reserve a subcontractor that is a small business concern; for a SDVO small business requirement, a subcontractor that is a self-certified SDVO SBC; for an 8(a) requirement, a subcontractor that is an 8(a) certified Program Participant; for a WOSB or EDWOSB contract, a subcontractor that has complied with the requirements of part 127. In addition to sharing the same small business program status as the prime contractor, a similarly situated entity must also be small for the NAICS code that the prime contractor assigned to the subcontract the subcontractor will perform. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. The Government intends to award one contract resulting from this solicitation. The Government will evaluate proposals across three (3) non-price factors and one (1) price factor for a total of three (3) evaluation factors as follows: Technical Proposal Past Performance Price Each factor will be rated as Satisfactory on Unsatisfactory . The priority to the Government of each factor is as follows:  Factor One is more important than past performance. Factor Two and Factor Three are more important than price. The combined rating of the non-price factors is more important than price. Then price. Any quotes received without the documentation outlined under Factor Three will be eliminated from consideration. Quotes rated as Unsatisfactory in the Technical Proposal factor will be eliminated from further consideration.  Quotes with the highest rated combined non-price (Technical, Past Performance, Certifications/Qualifications) factors will be evaluated against price. Pricing will be evaluated in relation to the discernible value of the combined non-price factors.   Quotes must be received no later than Monday June 22, 2020 11:59pm CST. Email your quote directly to danised.burt@va.gov. The subject line must specify: RFQ 36C25720Q0834 Quote. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. ITEM LIST: 6 Port POE Switch: SC10050 SignaMax 16 port PoE+ switch gigabit 235 W, unmanaged 10 SFP-1000BASE-SX-A O GBIC LC Module, SX SFP Transceiver (MMF, 850NM, 550M, LC) 8 Exterior Bullet Cameras: WV-S1570L 4K (3,840 x 2,160) iA H.265 Network Camera, 4K (3,840 x 2,160) up to 30fps, Color night vision 0.09 lx), IR LED equipped 30 3MP Dome Cameras: A-37-FW Advidia IPdome camera, 3MP, day/nite, weatherproof 63 24 Strand 50M OM4 Plenum Fiber Cable: 12 Strand 50 Micron Multimode Fiber: Fiber Innerduct: CAT6 Cable for New Cameras: Fiber Housing w/Connector Panel: CCH-CP12-E4 Corning CCH connector panel with 12 LC MM 50 connectors 20 20 CCH-02U Closet connector housing 4 CCH panels Fiber Connectors: 36 95-050-99 UniCam LC, MM, 50UM Connector Install missing AMAG Security system components required to complete the system in building 46. AMAG system upgrade software/hardware/installation STATEMENT OF WORK (SOW) AMAG Upgrade and BLDG 46 Completion 1. Background: The Physical Access Control System (PACS) is an AMAG Technology, Homeland Security Edition (HSE), Security Management System (SMS) version 8.1, utilizing model 2100 and 2150 style controllers, structured to provide continuous control and monitoring of (221) doors and (102) video security cameras in multiple locations throughout the Amarillo VA Health Care System (AVAHCS). The SMS database is running on a Dell R530 server, and the (2) Network Video Servers (NVR) are running on Dell R730 s (58 TB raid 5 storage). The AVAHCS consists of the Thomas E Creek VA Medical Center in Amarillo Texas, an Outpatient Clinic in Lubbock Texas, and (3) Community Based Outpatient Clinics (CBOC): (1) in Dalhart Texas, (1) in Clovis New Mexico, and (1) in Childress Texas. The AVAHCS also has (2) Vet Centers located in Amarillo and Lubbock and the NCO 18 Contracting Office in Amarillo. The PACS, is/will be, interconnected providing two-way communications via VLAN to the Security Management System Database (SMS) and Networked Video Recorder servers (NVR) located at the Thomas E Creek facility in Amarillo Texas. 100% daily operability is required to maintain the continuity of the PACS System. A Contract is needed to install, and program upgraded equipment and uninstall outdated equipment of the current PACS System (AMAG), including Original Equipment Manufacture technical and software support agreement, (SSA) Servers Operating systems and Microsoft SQL. This is a high priority system and an Upgrade of Software/Hardware and Equipment Purchase/Installation contract is needed. 2. Scope: The Amarillo VA Health Care System, (AVAHCS) is seeking a contractor to purchase equipment, install, program, and remove AMAG components. This will include parts, updates, system licenses, labor, and travel during the hours of 8am to 5pm, Monday through Friday. The Contractor will perform a system inspection and operability check to insure 100% system operability and stability. They will install and program the SMS Database and NVRs at the newest versions of Homeland Security Edition software and options. They will provide and maintain access to AMAG s technical support via an annual Site Support Agreement, (SSA). 2.1 AMAG (HLS) upgrade to the M4000 Database Controllers, M4000 Door Controllers, 100-240VAC; 12/24VDC; 6/3A Output Power Supply (intelligent monitoring via M4000 control panels), and MN-CAB2A Enclosures (suitable for any two board combinations plus two M4000 PSU s or any 4 board combinations). 2.2 The Specialty Care Unit (Bldg. 46) needs 18 doors upgraded to utilize the AMAG Technology HSE with electric door hardware (handles, hinges, strikes), door monitor, card reader, requests to exit and boring of doors for said hardware. If an accident happens while boring a door, and the door is unusable, the contractor will replace the door with a pre-bored and/or wired for AMAG door. 3. Specific Tasks: 3.1 System Stability: System stability is defined as all hardware properly installed as per Amag Technology installation instructions, U.S. Department of Veteran Affairs Physical Security Design Manual for Life Safety and Mission Critical Facilities dated January 2015, VA Engineering Specifications, and VA Handbook 0730/4. If it is discovered that any door or camera hardware or wiring is not installed to the AMAG standard the door or camera will be corrected to meet the current approved AMAG installation standard by the Contractor under this contract. This is to include but not limited to, wiring of all hardware at the door or camera and AMAG Controllers. The contractor will also be responsible for verifying and correcting any software configuration errors within the AMAG system, including but not limited to, the Server operating system, and Microsoft SQL. The contractor will provide support in correcting the current configuration to include, but not limited to, hours, time codes, holidays, schedules, predefined, and triggers. All work listed above will be covered under this contract before the system can be cleared as being stable. 3.1.1 Existing Amag Door Controller equipment to be updated: 3.1.1.1 Building 01, Atrium Entrance 3.1.1.2 Building 01, Courtyard Entrance 3.1.1.3 Building 01, Physical Therapy North Employee Entrance 3.1.1.4 IDF room 1111-01 3.1.1.5 Police Armory Room 1131-01 3.1.1.6 Patient Record Entrance, Rm. 1135-01 3.1.1.7 Patient Record Outside Entrance, Rm. 1135-01 3.1.1.8 Dental SPD Rm.1148-01 3.1.1.9 Police Evidence Locker, Rm 1131B-01 3.1.1.10 IDF Rm. 2130-01 3.1.1.11 Building 01, 2nd Floor, Museum Entrance 3.1.1.12 IDF Rm. 3738-01 3.1.1.13 SPD Supply Rm. 3729B-01 3.1.1.14 Ward 3 North Clean Linen Rm 3729A-01 3.1.1.15 Ward 3 North Medication Rm. 3741-01 3.1.1.16 NOD Sleep Room 3716-01 3.1.1.17 Student Sleep Room 3718-01 3.1.1.18 Oxygen/SPD Supply Rm. 3760D-01 3.1.1.19 IDF Rm. 4129A-01 3.1.1.20 Biomed Server Bay, room 5102 3.1.1.21 Building 04, Nutrition and Food Service West Entrance 3.1.1.22 PBX Switch Room 1021A-04 3.1.1.23 Pharmacy Cache Rm. 1000-04 3.1.1.24 Linen Storage Rm. 1014-04 3.1.1.25 IDF Closet Rm. 003-07 3.1.1.26 Building 07, Basement North Entrance 3.1.1.27 Building 07, 1st. Floor West Entrance 3.1.1.28 Building 07, 1st. Floor East Entrance 3.1.1.29 Computer Storage Rm. 106A-07 3.1.1.30 Computer Storage Rm. 002-07 3.1.1.31 Computer Bay Rm. 208-07 3.1.1.32 Computer Bay Rm. 208-07 Exit 3.1.1.33 IDF Closet Rm. 1806-08 3.1.1.34 Building 08, South Entrance 3.1.1.35 Building 08, East Entrance 3.1.1.36 Building 08, North East Entrance 3.1.1.37 Building 08, North West Entrance 3.1.1.38 Building 08, South West Entrance 3.1.1.39 IDF Closet Rm. 0916-09 3.1.1.40 Building 09, Front Entrance 3.1.1.41 Building 09, North West Entrance 3.1.1.42 Building 09, South West Entrance 3.1.1.43 IDF Closet Rm 0115-10 3.1.1.44 Building 10, Front Entrance 3.1.1.45 Building 10, South East Entrance 3.1.1.46 Building 10, North East Entrance 3.1.1.47 IDF Closet Room 005-11 3.1.1.48 IDF Closet, Building 12 3.1.1.50 Building 12, Logistic Office, Outside Entrance 3.1.1.51 IDF Closet Building 14 3.1.1.52 Lock Shop Building 14 3.1.1.53 IDF Closet Building 26 3.1.1.54 Loading Dock Building 28 3.1.1.55 Building 28, Lobby South Front Entrance 3.1.1.56 Police Operations/PIV Office room 1203-28 3.1.1.57 IDF Rm 1338-28 3.1.1.58 Spec 2 SPS Storage Rm. 1258-28 3.1.1.59 Agent Casher Entrance 1207-28 3.1.1.60 Building 28, South West Sliding door 3.1.1.61 Building 28, Respiratory Outside Entrance 3.1.1.62 Building 28, Old Ambulance/ED Outside Entrance 3.1.1.63 Old ED S. Entrance (Folding doors) Rm. 1296-28 3.1.1.64 Building 28, Ambulance Entrance to Building 29 Hallway 3.1.1.65 SPS Storage Rm. 1294-28 3.1.1.66 (Old ED) North Entrance Room 1296-28 3.1.1.67 Respiratory SPD Storage 1277-28 3.1.1.68 Pharmacy Office Rm. 1228-28 3.1.1.69 Pharmacy Production South Entrance Rm. 1337-28 3.1.1.70 Narcotics Vault Rm. 1337G-28 3.1.1.71 Pharmacy Production North Entrance Rm.1337-28 3.1.1.72 IDF Closet Rm. 1220-28 3.1.1.73 Pharmacy Distribution Entrance 1210A-28 3.1.1.74 Counsel Entrance 1210-28 5.1.1.75 Pharmacy Distribution Narcotics Locker 3.1.1.76 Pharmacy Production Narcotics Locker A 3.1.1.77 Pharmacy Production Narcotics Locker B 3.1.1.78 Nuclear Medicine Hot Room 1303-28 3.1.1.79 X-ray North Entrance Rm. 1320-28 3.1.1.80 Emergency Department Waiting Room Entrance (disconnected) 3.1.1.81 Emergency Department Decontamination Entrance (disconnected) 3.1.1.82 Emergency Department IDF Closet, Room 1368 3.1.1.83 Emergency Department Waiting Room Door 3.1.1.84 Emer...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1366e5e93c794f6da627579ac80f0d7d/view)
 
Place of Performance
Address: Department of Veterans Affairs Amarillo VA Heath Care System 6010 Amarillo Blvd Amarillo TX, Amarillo, TX 79106, USA
Zip Code: 79106
Country: USA
 
Record
SN05691336-F 20200617/200615230216 (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 |
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.