SOLICITATION NOTICE
65 -- PPE Organizer
- Notice Date
- 12/21/2023 1:18:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24424Q0216
- Response Due
- 12/27/2023 9:00:00 AM
- Archive Date
- 03/26/2024
- Point of Contact
- Justin James, Contracting Specialist, Phone: 724-285-2242
- E-Mail Address
-
justin.james2@va.gov
(justin.james2@va.gov)
- Small Business Set-Aside
- SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01/ November 14, 2023. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 Employees. The FSC/PSC is 6515. The Network Contracting Office 4 is seeking to purchase 300 PPE Organizers. All interested companies shall provide quotations for the following: Supplies Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 PPE ORGANIZERs able to with 3 Brackets for gloves and masks, plus 1 Gown Bin similar to ICP-5-001X2XB. These should be clear plastic and narrow enough to be mounted to a hospital door. 300 ea Delivery shall be no later than 30 days after receipt of order (ARO). Delivery shall be FOB Destination. Place of Delivery Address: VA Pittsburgh Healthcare System University Drive C Building 1; 4 North 109 Pittsburgh, PA 15240-1001 Country: UNITED STATES 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: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition Is set aside for small business and has a value above the simplified acquisition threshold; or Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes maybe submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show� (1) The solicitation number;� (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);� (9) Acknowledgment Request for Quotation amendments; (10) Past performance will not be considered in simplified acquisition procurements. (11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration. (c Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote�firm for 30 calendar days from the date specified for receipt of�quotes, unless another time period is specified in an addendum to the�solicitation. (d)�Product samples. When required by the�solicitation, product samples�shall�be submitted at or prior to the time specified for receipt of�quotes. Unless otherwise specified in this�solicitation, these samples�shall�be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. (e)�Multiple�Quotes.�Quoters�are encouraged to submit multiple�quotes�presenting alternative�line items�(provided that the alternative�line items�are consistent with FAR�subpart� 4.10), or alternative�commercial products�or�commercial services�for satisfying the requirements of this�solicitation. Each�quote�submitted will be evaluated separately. (f)�Late submissions, revisions, and withdrawals of�quotes. (1)�Quoters�are responsible for submitting�quotes so as to reach the Government office designated in the�solicitation�by the time specified in the�solicitation. If no time is specified in the�solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that�quotes�are due. (2)�Any�quotation received at the Government office designated in the�solicitation�after the exact time specified for receipt of�quotes�is ""late"" and may not be considered unless it is received before purchase order issuance and the�Contracting Officer�(CO) determines that accepting the late�quotation�would not unduly delay the�acquisition. (3)�If an�emergency�or unanticipated event interrupts normal Government processes so that�quotations cannot be received at the Government office designated for receipt of�quotes�by the exact time specified in the�solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of�quotes will be deemed to be extended to the same time of�day�specified in the�solicitation�on the first work�day�on which normal Government processes resume. (g)�Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the�quoter s initial�quote�should�contain the�best terms from a price and technical standpoint. However, the Government�may�reject any or all�quotes�if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (h)�Multiple awards. The Government�may�issue a purchase order for any item or group of items of a quotation, unless the�quoter�qualifies the�quotation by specific limitations. Unless otherwise provided in the Schedule,�quotations�may�not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the�quoter�specifies otherwise in the�quotation. ������(1)�Availability of requirements documents cited in the�solicitation. (i)�The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this�solicitation�may�be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)�If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this�solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this�solicitation�may�be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2)�Most unclassified Defense specifications and standards�may�be downloaded from the following ASSIST websites: ����������������(i)�ASSIST (�https://assist.dla.mil/online/start/). ����������������(ii)�Quick Search (�http://quicksearch.dla.mil/).����������� (3)�Documents not available from ASSIST�may�be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i)�Using the ASSIST Shopping Wizard (�https://assist.dla.mil/wizard/index.cfm); (ii)�Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii)�Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)�Nongovernment (voluntary) standards�must�be obtained from the organization responsible for their preparation, publication, or maintenance. (j)�Unique entity identifier (UEI). Applies to all quotes�that exceed the�micro-purchase threshold, and�quotes�at or below the�micro-purchase threshold�if the�solicitation�requires the contractor to be�registered in the System for Award Management (SAM).) The�quoter�must�enter, in the block with its name and address on the cover page of its�quote, the annotation ""Unique Entity Identifier"" followed by the�unique entity identifier�that identifies the�quoters name and address. The�quoter�also�must enter its�Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the�UEI. The suffix is assigned at the discretion of the�quoter�to establish additional SAM records for identifying alternative EFT accounts (see FAR�subpart� 32.11) for the same entity. If the�quoter�does not have a UEI, it�should�contact the entity designated at�www.sam.gov�for�UEI�establishment directly to obtain one. The�quoter�should�indicate that it is a�quoter�for a Government contract when contacting the entity designated at�www.sam.gov�for establishing the�UEI. (k)�[Reserved] (l)�Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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 Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Products�and�Commercial Services�(Nov 2023) (a)�Inspection/Acceptance. The Contractor�shall�only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any�supplies�or services that have been tendered for acceptance. The Government�may�require repair or replacement of nonconforming�supplies�or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government�may�seek an equitable price reduction or adequate consideration for acceptance of nonconforming�supplies�or services. The Government�must�exercise its post-acceptance rights- (1)�Within a reasonable time after the defect was discovered or�should�have been discovered; and (2)�Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b)�Assignment. The Contractor or its assignee�may�assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the�Assignment of Claims�Act (�31�U.S.C.�3727). However, when a third party makes payment (e.g.,�use of the Governmentwide commercial purchase card), the Contractor�may�not assign its rights to receive payment under this contract. (c)�Changes. Changes in the terms and conditions of this contract�may�be made only by written agreement of the parties. (d)�Disputes. This contract is subject to�41�U.S.C.�chapter�71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment,�claim, appeal or action arising under or relating to this contract�shall�be a dispute to be resolved in accordance with the clause at Federal�Acquisition�Regulation (FAR)�52.233-1, Disputes, which is incorporated herein by reference. The Contractor�shall�proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e)�Definitions. The clause at FAR�52.202-1, Definitions, is incorporated herein by reference. (f)�Excusable delays. The Contractor�shall�be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor�shall�notify the�Contracting Officer�in writing�as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith,�shall�remedy such occurrence with all reasonable dispatch, and�shall�promptly give written notice to the�Contracting Officer�of the cessation of such occurrence. (g)�Invoice. (1)�The Contractor�shall�submit an original�invoice�and three copies (or electronic�invoice, if authorized) to the address designated in the contract to receive�invoices. An�invoice�must�include- (i)�Name and address of the Contractor; (ii)�Invoice�date and number; (iii)�Contract number,�line item number�and, if applicable, the order number; (iv)�Description, quantity, unit of measure, unit price and extended price of the items delivered; (v)�Shipping number and date of�shipment, including the bill of lading number and weight of�shipment�if shipped on Government bill of lading; (vi)�Terms of any discount for prompt payment offered; (vii)�Name and address of official to whom payment is to be sent; (viii)�Name, title, and phone number of person to notify in event of defective�invoice; and (ix)�Taxpayer Identification Number (TIN). The Contractor�shall�include its TIN on the�invoice�only if required elsewhere in this contract. (x)�Electronic funds transfer (EFT) banking information. (A)�The Contractor�shall�include EFT banking information on the�invoice�only if required elsewhere in this contract. (B)�If EFT banking information is not required to be on the�invoice, in order for the�invoice�to be a�proper invoice, the Contractor�shall�have submitted correct EFT banking information in accordance with the applicable�solicitation�provision,�contract clause�(e.g.,�52.232-33, Payment by�Electronic Funds Transfer-System for Award Management, or�52.232-34, Payment by�Electronic Funds Transfer-Other Than�System for Award Management), or applicable agency procedures. (C)�EFT banking information is not required if the Government waived the requirement to pay by EFT. (2)�Invoices�will be handled in accordance with the Prompt Payment Act (�31 U.S.C.3903) and Office of Management and Budget (OMB) prompt payment regulations at�5 CFR Part 1315. (h)�Patent indemnity. The Contractor�shall�indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any�United States�or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such�claims�and proceedings. (i)�Payment.- (1)�Items accepted. Payment�shall�be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2)�Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (�31 U.S.C.3903) and prompt payment regulations at�5 CFR Part 1315. (3)�Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see�52.212-5(b) for the appropriate EFT clause. (4)�Discount. In connection with any discount offered for early payment, time�shall�be computed from the date of the�invoice. For the purpose of computing the discount earned, payment�shall�be considered to have been made on the date which appears on the payment check or the specified payment date if an�electronic funds transfer�payment is made. (5)�Overpayments. If the Contractor becomes aware of a duplicate contract financing or�invoice�payment or that the Government has otherwise overpaid on a contract financing or�invoice�payment, the Contractor�shall- (i)�Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the- (A)�Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B)�Affected contract number and�delivery order�number, if applicable; (C)�Affected�line item�or�subline item, if applicable; and (D)�Contractor point of contact. (ii)�Provide a copy of the remittance and supporting documentation to the�Contracting Officer. (6)�Interest. (i)�All amounts that become payable by the Contractor to the Government under this contract�shall�bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate�shall�be the interest rate established by the Secretary of the Treasury as provided in�41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii)�The Government�may�issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii)�Final decisions. The�Contracting Officer�will issue a final decision as required by�33.211�if (A)�The�Contracting Officer�and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B)�The Contractor fails to liquidate a debt previously demanded by the�Contracting Officer�within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C)�The Contractor requests a deferment of collection on a debt previously demanded by the�Contracting Officer�(see�32.607-2). (iv)�If a demand for payment was previously issued for the debt, the demand for payment included in the final decision�shall�identify the same due date as the original demand for payment. (v)�Amounts�shall�be due at the earliest of the following dates: (A)�The date fixed under this contract. (B)�The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi)�The interest charge�shall�be computed for the actual number of calendar days involved beginning on the due date and ending on- (A)�The date on which the designated office receives payment from the Contractor; (B)�The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C)�The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii)�The interest charge made under this clause�may�be reduced under the procedures prescribed in FAR�32.608-2�in effect on the date of this contract. (j)�Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the�supplies�provided under this contract�shall�remain with the Contractor until, and�shall�pass to the Government upon: (1)�Delivery of the�supplies�to a carrier, if transportation is f.o.b. origin; or (2)�Delivery of the�supplies�to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k)�Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l)�Termination for the Government s convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor�shall�immediately stop all work hereunder and�shall�immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor�shall�be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor�shall�not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor s records. The Contractor�shall�not be paid for any work performed or costs incurred which reasonably could have been avoided. (m)�Termination for cause. The Government�may�terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government�shall�not be liable to the Contractor for any amount for�supplies�or services not accepted, and the Contractor�shall�be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination�shall�be deemed a�termination for convenience. (n)�Title. Unless specified elsewhere in this contract, title to items furnished under this contract�shall�pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o)�Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p)�Limitation of liability. Except as otherwise provided by an express�warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q)�Other compliances. The Contractor�shall�comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r)�Compliance with laws unique to Government contracts.�The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to�procurement�integrity. (s)�Order of precedence. Any inconsistencies in this�solicitation�or contract�shall�be resolved by giving precedence in the following order: (1)�The schedule of�supplies/services. (2)�The Assignments, Disputes, Payments,�Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause; (3)�The clause at�52.212-5. (4)�Addenda to this�solicitation�or contract, including any license agreements for�computer software. (5)�Solicitation�provisions if this is a�solicitation. (6)�Other paragraphs of this clause. (7)�The�Standard�Form�1449. (8)�Other documents, exhibits, and attachments. (9)�The specification. (t)�[Reserved] (u)�Unauthorized Obligations. (1)�Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following�shall�govern: (i)�Any such clause is unenforceable against the Government. (ii)�Neither the Government nor any Government authorized end user�shall�be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an ""I agree"" click box or other comparable mechanism (e.g., ""click-wrap"" or ""browse-wrap"" agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii)�Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2)�Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures. (v)�Incorporation by reference. The Contractor s representations and certifications, including those completed electronically via the�System for Award Management (SAM), are incorporated by reference into the contract. (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services November 2023 The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 52.204-27 52.209-6 52.219-28 52.219-33 52.222-19 52.222-21 52.222-26 52.222-36 52.222-50 52.223-18 52.225-1 52.232-33 All quoters shall submit the following: A unit price and total price of the offered items. The description of the items offered with sufficient detail to determine what configuration, material, size, and opacity are being offered. Description or brochure are to be not longer than 10 pages. The configuration should include at least 3 brackets for gloves and masks and 1 gown bin. The size should be no larger than 15 � X 23 � WITH 4 gown. The expected delivery lead time for the offered items. All quotes shall be sent to justin.james2@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price, past performance, technical, and speed of delivery. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 12:00 PM EST 27 December 2023 at justin.james2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Justin James 724-285-2242 Justin.james2@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/90713e8bb04f428aa1dac8dc69a04431/view)
- Place of Performance
- Address: VA Pittsburgh Healthcare System University Drive C Building 1 4 North 109, PA 16001, USA
- Zip Code: 16001
- Country: USA
- Zip Code: 16001
- Record
- SN06920191-F 20231223/231221230050 (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 |