SPECIAL NOTICE
65 -- NEW - Audie Kerrville Hematology CPRR Bridge
- Notice Date
- 12/26/2023 8:57:58 AM
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25724Q0212
- Response Due
- 1/5/2024 8:00:00 AM
- Archive Date
- 02/04/2024
- Point of Contact
- Ognian Ivanov, Contract Specialist, Phone: 210-694-6302
- E-Mail Address
-
ognian.ivanov@va.gov
(ognian.ivanov@va.gov)
- Awardee
- null
- Description
- The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 17, is issuing this Notice of Intent (NOI) to inform industry contractors of the Government s intent to execute a Sole Source Award under FAR Part 8 Required Sources of Supplies and Services, specifically FAR 8.405-6(a)(1)(i)(C). The intended Contractor is BECKMAN COULTER, INC., a large business, headquartered at 250 S KRAEMER BLVD, BREA, CA 92821. The Laboratory of Pathology & Laboratory Medicine Service at Audie L. Murphy VA Hospital and Kerrville is in need of the uninterrupted provision of Hematology Per Reportable Reagent Rental Agreement testing services. These services involve the use of existing instruments, reagents, consumables, validations, and training. We require this continuity for a period of six (6) months, with the possibility to extend for an additional six (6) months. This extension is necessary to ensure the seamless transition to a new agreement signed on 09/15/2023, during which the (NCO) 17 contracting offices will bring the new testing procedures into full operation. Maintaining the current contract and retaining the Hematology analyzers, Slide Maker, and Differential instrument is of utmost importance to ensure the well-being of our patients while we work towards the complete functionality of the new instrumentation. (See Attachment A - Statement of Work (SOW)). BECKMAN COULTER, INC is the only contractor that is capable to provide these services, due to the highly specialized services required under this contract, discontinued use would result in substantial duplication of cost to the government that is not expected to be recovered through competition and will result in unacceptable delays in fulfilling the agency s requirements. This procurement is being conducted using commercial items procedures pursuant to FAR Part 12 and FAR Part 8, specifically FAR 8.405-6(a)(1)(i)(C) allowing the Contracting Officer (CO) to solicit from one source in the interest of economy and efficiency, and a logical follow-on action to an original Federal Supply Schedule (FSS) order. The North American Industry Classification System (NAICS) for this requirement is, 334516 In-Vitro Diagnostic Substance Manufacturing. Product/Service Code for this requirement is 6550 In Vitro Diagnostic Substances, Reagents, Test Kits and Sets. The Small Business Administration (SBA) size standard for this sector is 1,000 employees. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to Ognian D. Ivanov at ognian.ivanov@va.gov with the following information referenced in the subject line, 36C25724Q0212 Audie Kerrville Hematology CPRR Bridge. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All interested parties who are responsible, certified, and capable may identify their interest and may submit capability statement which shall be considered by the agency no later than 10:00 AM, Central Time on January 5, 2024 to Ognian Ivanov at ognian.ivanov@va.gov. The interested parties bear full responsibility to ensure complete transmission and timely receipt. Attachment A Statement of Work (SOW) Laboratory Hematology CPRR Background The South Texas Veterans Health Care System (STVHCS) has a need for a 6-month bridge Cost Per Reportable Reagent Rental Agreement to include the Kerrville VA Medical Center. The STVHCS currently has a Hematology CPRR agreement for Hematology testing at Audie and Kerrville VA s. Scope The intent of the South Texas Veterans Healthcare System (STVHCS) Pathology & Laboratory Medicine Service (P&LMS) is to provide continuous and accurate hematology testing to providers while we are concurrently working to validate and install upgraded Hematology instrumentation. The contractor shall provide the required reagents, quality control materials, consumables, and service maintenance, peripherals, and technical training. Estimated test amounts Audie VAMC: 93480 CBC 2520 Reticulocyte 420 Body Fluid Cell Count 96420 Tests Total Estimated test amounts Kerrville VAMC: 12,600 CBC 0 Reticulocyte 0 Body Fluid Cell Count 12,600 Tests Total Location: Audie L. Murphy VA Hospital 7400 Merton Minter Blvd. San Antonio, Texas 78229 Kerrville VA Medical Center P&LMS Laboratory 3600 Memorial BLVD, Kerrville, Texas, 78208 Period of Performance: 6-month Bridge The following will be the analyzer configurations required: Site Quantity System Audie VAMC 2 CBC Analyzer 1 Slide Maker / Stainer 1 Slide Imaging System 1 Automation Line connection to the existing Power Express Automation Line with all above items integrated. 1 Middleware Auto verification Solution w/ QC management integrating all systems above. Kerrville VAMC 1 CBC Analyzer 1 Middleware Auto verification Solution w/ QC management integrating all systems above. Test Menu (Required): CBC - Complete Blood Count WBC - White Blood Cell Count Diff - Automated Differential RBC - Red Blood Cell Count MCH - Mean Corpuscular Hemoglobin MCV - Mean Corpuscular Volume MCHC - Mean Corpuscular Hemoglobin Concentration RDW - Red Cell Distribution Width PLT - Platelet MPV - Mean Platelet Volume IPF - Immature Platelet Fraction IG - Immature Granulocyte RET Reticulocyte RET-He Reticulated Hemoglobin NRBC Nucleated Red Blood Cell BF - Body Fluids MN Mononuclear Cells Body Fluid PMN Polymorphonuclear Body Fluid TC Total Cells Body Fluid WBC-BF White Blood Count Body Fluid RBC-BF Red Cell Count Body Fluid Additional Definitions: CAP College of American Pathologists JC The Joint Commission System Specifications and Tasks (Requirements): Primary analyzer(s) Base equipment offered that shall fully support the scope of operations (minimal requirements). Depending upon the technical functionality and the capabilities of the individual manufacturer s instrumentation, one analyzer or multiple analyzers may be required to meet the productivity specifications defined herein. In those instances, the additional analyzer(s) shall, likewise, be considered primary instrumentation and be the mirror image of the primary instrumentation and shall meet all the technical specifications of this solicitation. The Contractor shall provide the linearity ranges for all analytes on the system and state which body fluid samples are FDA approved for analysis. Quality Control Materials The Contractor shall provide 3 levels of whole blood commercial quality controls and 2 levels of body fluid commercial body fluid quality controls to be analyzed on each analyzer(s) according to the following schedule: VAMC San Antonio Peripheral Blood QC Once every 8-hour shift. Body Fluid QC Once every 8-hour shift. VA MC Kerrville Peripheral Blood QC Once every 8-hour shift. The Contractor shall state the control stability and expected frequency of the adjustment of ranges within lot numbers (to include both whole blood and body fluids). The Contractor shall explain how a valid target range is verified for each new lot of control per CAP or JC guidelines. The Contractor shall explain their process for monitoring analytic imprecision per CAP/JC guidelines. The Contractor shall explain how QC is documented when the control results exceed the defined acceptability limits per CAP/JC guidelines. The Contractor shall explain how a moving averages system that is sensitive to analyzer calibration, patient populations, and/or instrument problems is used in combination with the other control system. Automatic enrollment in a Quality Assurance program that has peer participation of at least 50 participants that are not part of the STVHCS Network. Reports of peer data will be current and available within 2 weeks of the data submission for hard copy review. The Contractor shall have a quality control program that compares facility data to peers using the same lot and provide a monthly report of such data. Operational Features The instrumentation offered shall have the following: The capability of performing analysis on 100% of the tests listed in test menu. Sufficient capacity and throughput to meet the volume and service demands as defined in SOW. The hematology analyzer shall streamline with automation all aspects of testing, thereby enhancing operational efficiency, improving turnaround times, supporting improved patient outcomes, improving patient and provider satisfaction, and improving the productivity of the using facility. This would include the ability to connect all instrumentation from the CBC analyzer, Slide Maker Stainer, and the slide imaging system. The offered equipment shall be capable of producing accurate and reproducible results by established diagnostic methods. The equipment shall provide accurate tests results without excessive (>2 per month) malfunctions, breakdowns, or service calls. Safety features to avoid unnecessary exposure to biohazardous and chemical material. The exposure to and the volume of biohazardous and chemical material generated by the equipment must be minimal and require a minimum amount of handling. A bi-directional, bar-coded computer interface compatible with the current VA laboratory information system. The fully operational interface (both hardware and software) shall be immediately available for implementation to the VA computerized hospital information system. The equipment shall have positive sample identification, random access, and the accuracy of the barcode reading must have less than a 1% failure rate to reduce possible sources of errors and to improve laboratory efficiency. Equipment must be able to support multiple barcode formats (Code 39, Code 128) that may be enabled concurrently. Equipment must accept, at a minimum, 10 characters in specimen identifier that is alphanumeric (letters and numbers). Ability to prioritize STAT testing without compromising existing programmed testing. This includes the ability to identify STAT testing in the slide imaging system. Minimal daily, monthly, and periodic maintenance. The Contractor is to define the actual hands-on maintenance time required to perform each task. The Contractor is to include the analyzer time required to perform each maintenance task. The Contractor shall list which are user-level and which tasks are service level. Ability to store and retransmit records (24 hours of maximal instrument throughput) in case of interface outage. The equipment shall have the ability to edit the sample/patient identifier after interface downtime and then be able to resend the sample/patient information to the host for verification. The analyzer(s) shall have on board reagent stability sufficient to accommodate both high and low volume use per each facility s needs. The Contractor is to provide expiration dates of at least three (3) months for reagents. No requirements for sample pre-treatment. The analyzer(s) shall have an on-board reagent inventory system that is capable of monitoring reagent usage and provide reagent inventory upon request, in real time. The Contractor shall list all reagents used for whole blood and body fluid analysis and state the on-board stability/expiration date for all reagents, controls, and calibrators. The Contractor shall state the size of the reagents and if the reagents are color-coded. The Contractor shall list the different reagent sizes available for the proposed analyzer(s) and indicate if the reagents are interchangeable between the different analyzer(s). The analyzer has the ability to detect and alert the operator of low liquid levels and the potential of depletion for any supply on the analyzer. The Contractor shall state if the reagents can be replenished while the instrument is in operation, without halting or pausing the analyzer. The Contractor may describe any practices that they have implemented that would streamline inventory management. The Contractor shall specify their routine shipment table of supplies and how much storage space would be needed for each (i.e., room temperature, refrigerated, and/or frozen). The Contractor shall work with each facility to adjust reagent supply to match workload changes and to provide the option for each facility to establish a monthly or quarterly shipment table. The Contractor shall work with each facility annually to adjust the shipment table if needed. The Contractor shall state what their policy is in regard to adjusting a standing order or ordering an additional shipment of supplies (i.e., Is there an additional fee charged for changing the standing order, is there a limit to the number of times you can adjust a standing order and is there a fee for the additional shipment of supplies). The Contractor will maintain at minimum a 90-day supply of reagents at each facility. The testing must have no requirements for sample pre-treatment. Ability to detect short samples. The Contractor shall explain the mechanism to detect insufficient blood volume for testing or a short sample. The Contractor is to explain how short samples are analyzed on the proposed analyzer. Ability to detect a clotted sample. The Contractor shall explain the mechanism to detect a clotted specimen. The Contractor shall explain the mechanism to remove a clot from the analyzer and if it is performed automatically. Capability to perform dilutions when defined limits are exceeded. The capability of calculating any manually programmed dilutions. The Contractor shall explain the dilution process. Capability to detect and flag out of range quality control and lock out the possibility of performing patient testing when QC is unacceptable. Ability to accept various types of sample containers. The Contractor shall list any tube type that cannot be used. Systems with 2 or more analyzers should have the Capability of making slides and staining slides without removing the primary tube from the system. Systems with 2 or more analyzers should have the Capability of digitally imaging the slide without removing the slide from the primary system. Systems with 2 or more analyzers should have the capability of attaching to an automation line. Systems with 2 or more analyzers should have the capability of adding addition systems such as that of A1C analyzers if required in the future. System must have the ability to turn if configuration in the laboratories limited space requires additional space. Technical Features- The instrumentation must be approved by the Food and Drug Administration (FDA) and shall have the following: On-board QC data management system with a minimum storage capacity of 90 Days of QC files and includes Levy-Jennings graphs. Analyzer must have the ability to capture, store and electronically transfer QC data. Ability to edit or correct errors in QC files manually with or without password protection. Ability to have on-board documentation for out-of-range QC and instrumentation problems. Ability to view/print daily, monthly QC results and Levy-Jennings graphs. Ability to visually alert the operator of QC (Westgard and user defined rules) failures. Ability to electronically transfer QC to Contractor without the need for manual entry. Ability to monitor instrument performance and provide a proactive alerting system for samples with unusual results requiring a manual review. On board reagent inventory system, in real time, that can be printed at selected time intervals for reagent documentation to include dates and time in use and reagent lot numbers. Ability to calibrate in all sample modes. The Contractor is to state how many sample paths the analyzer has and if the calibration is performed by the user or the Field Service Representative. The system shall have a design that removes the possibility of sample carryover. The Contractor shall provide documented evidence confirming the system design removes the possibility of any sample carryover. Long calibration stability. The Contractor is to state the calibration frequency and the criteria for calibration verification. The system can customize repeat/reflex testing by automatically returning specimens to the sample aspiration module without operator intervention, thereby reducing retrieval time and eliminating operator intervention. The analyzer may have a programmable automatic cleaning and shutdown feature. The Contractor shall explain how often shutdown needs to be performed, the time required for shutdown, and the start-up process. The ability to have on-board maintenance records that can be printed and/ or modified for additional user defined maintenance tasks. Digital Slide imaging program shall allow for up to the following number of users at any one time per site. VAMC San Antonio 6 licenses VAMC Kerrville 2 licenses Digital Slide imaging program must be setup for the entire system so that slides can be read from another connected facility for pathologists review and during short staffing situations. Slide imaging program must have the capability to be setup on more than 2 computers, however, only the number of licensed would be able to access the program concurrently. The system must have the capability to program automatic repeats on suspect samples. Hardware Features- The instrumentation shall have the following: A total equipment footprint that when installed in the laboratory shall not impact the functionality/operations of that laboratory. The offered hematology analyzer(s) shall conform to the facilities existing space. The Contractor shall provide the weight and dimensions of their proposed equipment. VAMC San Antonio Space available = 16 ft x 10 ft VAMC Kerrville Space available = 3ft x 4 ft Note: this space does not include any space requirements for water systems that may be required for reagent concentration. The vendor will notify the VA of any additional required space for these systems. The contractor shall list any analyzer/utility requirements needed (i.e., electrical, water, plumbing, reagent, and bio-hazardous disposal, etc.). The Contractor shall indicate any routine and/or special items required to operate/maintain the equipment/analyzer in optimal condition such as but not limited to paper, printer cartridges, drainage systems, surge protectors, etc. An on-board monitor/screen that is easily readable in addition to the keyboard and mouse. The analyzer may have a touch-screen interface. A laser jet printer that has the capability of printing a patient report with patient demographic information that includes minimally the patient s name and accession or unique identifier number (UID). The Contractor is to provide a replacement printer on an annual basis or as needed. An uninterruptible power supply with line conditioner for each instrument provided. Equipment shall include 120-volt UPS that has a 2 3-hour backup capability for all analyzers. The Contractor shall be responsible for replacing the UPS, should it become dysfunctional and provide battery replacement as needed. An auto sampling system that includes cap piercing closed tube aspiration, auto-loader, and auto-mixing. Primary tube sampling. Clot detection. The Contractor shall define the methodology for clot detection. Manual sampling mode that reads barcode label; ideally both closed and open manual sampling modes is desirable. Specific Equipment Requirements The Contractor shall supply cabinetry, wagons, or carts for all analyzer(s). The Contractor shall supply the environmental requirements (i.e., humidity and temperature) for the proposed equipment to perform satisfactorily in the laboratory. The option for an Integrated Laboratory Robotics System (automated track or connectivity) with connected hematology analyzer(s). A turnkey system with single inlet and single outlet with connectivity to the hematology analyzer(s) and/or slide maker and stainer will be provided to those facilities requiring this option. The Contractor shall supply all the necessary parts and supplies for the operation and maintenance of the automated track and/or slide maker and stainer. The Contractor shall list any consumable part not included in the CPRR for any component of the slide maker and stainer and/or automated track. The flowing specifications for the automated track/system and middleware/support software: Provision of data manager software/computer that electronically links the testing instrumentation to manage data, results, and workflow. Slide maker and stainer are available to either connected hematology analyzer. Single inlet and outlet lane. The middleware shall allow for an unlimited number of users in an effort to store historical data. The middleware shall allow the user to define/set-up decision rules and provide a proactive alerting system for alerts or unusual test results. The capability to set-up decision rules/flagging criteria for specimens requiring a slide and/or manual review. The decision rules/flagging shall also be applicable to the slide maker and stainer. Automated repeat and/or reflex testing based on established rules developed by the STVHCS for each individual facility. The Contractor shall assist each facility throughout all 5 years of the contract with optimizing operation and utilization of the data management support software (to include building rules) to enhance productivity and the management of workflow. The Contractor shall provide, maintain, and upgrade the support software/middleware for the duration of the contract. All major software updates must be included. Ability to auto-verify results. Specimen archival through mapping of specimens to designated racks for easy retrieval once the rack has been moved off the line. The option for an Integrated Laboratory Slide Imaging System (automated track or connectivity) with connected hematology analyzer(s). A turnkey system with single inlet and single outlet with connectivity to the hematology analyzer(s) and/or Slide Imaging System will be provided to those facilities requiring this option. This would assist with staffing shortages across the VA systems. System shall support continuous feed technology. System shall have a throughput of at a minimum 35 slides / hr. Vendor must be capable of providing remote support to Middleware. Vendor must be capable of providing 24/7 support. Middleware shall allow must be such that no additional software is required for OIT computer systems. Middleware must provider operational instructions for when samples do not auto verify. Middleware must have the functional ability to perform reports and lookbacks. Middleware must be capable of interfacing with slide imaging system to assist with streamlined LIS builds. Size specifications: The equipment must fall within the following footprints: San Antonio VAMC: 16x 10 feet Kerrville VAMC: 3 x 4 feet Method Performance/Validation Requirements For Whole Blood and Body Fluids At installation/set-up the Contractor/technical support specialist shall perform all validation studies including installation/set-up, correlation studies (evaluation/comparison data sufficient to satisfy CAP standards), reference range studies, staff training, in-service to laboratory personnel and clinicians, and assist with any methodology problems and/or questions. The service must be available during regular office hours on a 5 day/week basis. Method performance/comparison shall be at the expense of the Contractor, shall include linearity material and reagents, and be consistent with current CLSI guidelines and related documents, CAP or JC standards and Federal regulations. Correlation studies for each analyte. A minimum of 40 samples or whatever each individual facility may require for each sample type spanning the reportable range, shall be run by the present and the proposed method. In systems where multiple sampling modes exist, mode to mode correlation studies must also be performed. The Contractor shall analyze results and provide statistical data to support acceptance of the new method for above studies. Statistics shall consist of at least mean, bias, slope, y-intercept, correlation coefficient, Receiver Operating Characteristic (ROC) analysis, and meet current standards defined by CLSI. Analytical Measurement Range (AMR) Validation shall be performed on proposed instrument(s) for each test to validate the reportable range. The material must have values, which are near the low, mid, and high values of the AMR and be of appropriate matrix for the clinical specimens assayed by that method. A minimum 5-point linearity analysis that adheres to the Beer-Lambert Law and spans the entire range shall be performed as a minimum. Precision study using normal and abnormal control material. This shall consist of a within run precision study of 10 normal and 10 abnormal controls and a day-to-day precision study of normal controls and abnormal controls for 10 days (may be run twice a day) for a total of 20 values per level of control. Intra-STVHCS facility variations should be kept at an absolute minimum. Sensitivity. Sensitivity may be validated concurrently with correlation studies. Mathematical calculations to determine efficiency, sensitivity, false positive rate, and false negative rate are applied. Specificity Studies. A review of product literature and assay inserts to determine any adverse effects for increased bilirubin, hemolysis, lipemia, cold agglutinin, or other interrupting substances. Carryover Studies. Successful carryover studies shall be completed by the contractor on all analyzers during installation. These studies shall be performed using either contractor developed program(s) or program(s) developed by a third party (CAP/CLSI). The programs shall be provided to each laboratory at no charge. Stability Studies. The Contractor shall provide manufacturer verified documentation of sample stability for specimens up to 48 hours after collection or perform the required studies. The Contractor shall provide equipment installation and possible reinstallation costs if the equipment is required to be moved due to construction or laboratory design. Reference Range- A reference range must be determined for each test following CLSI guidelines. Samples used for the reference range study must be representative of the patient population being tested. Reference range assessment must be performed for each lab. One of the following protocols shall be used: A verification of the manufacturer s suggested reference range may be performed as long as the suggested range is based on a comparable population of test subjects. The manufacturer shall provide specific information defining how the suggested range was determined. A minimum of 20 reference individuals shall be used to verify the manufacturer s range. Any apparent outliers should be discarded, and new specimens obtained to provide a statistically valid verification. If the suggested manufacturer s range is not appropriate for the patient population, a reference range shall be established. Establishing a reference must follow CLSI guidelines. This requires a minimum of 120 reference individuals to be used to establish a reference range. The reference interval should be determined using the nonparametric method. Reports: The Contractor shall supply accurate data for annual contract renewal by the required time frames, ensure timeliness of billing reconciliations, and have the ability to use the appropriate billing method required by the VA. Additional invoice charges associated with reagent and/or supply wastage or repair parts included at no charge (per FSS awarded contract) shall not be accepted. Test counts for billing will begin after all CAP required studies, performed at installation of new equipment, are reviewed, and approved by the Laboratory Director. Support Features- Commercial marketing. The equipment models being offered shall be in current production as of the date this offer is submitted. For purposes of this solicitation, current production shall mean that the clinical laboratory analyzer model is being offered as new equipment. Discontinued models that are only being made available as remanufactured equipment are not acceptable. Start-Up Reagents/Installation. The Contractor shall provide all reagents, calibrators, controls, linearity material, consumable/disposable items, parts, accessories, and any other item included on the list of supplies defined in the Federal Supply Schedule contract and required to establish instruments for operation for performance of acceptance testing at installation and during training of staff on site. The Contractor shall perform, to the satisfaction of the Government, all validation studies including precision, method comparison with current analyzer, accuracy (recovery), linearity (reportable range), calibration verification, verification of reference interval, and determination of sensitivity and specificity at no cost to the Government. The Contractor shall perform all the statistical analysis as stated in the Method Performance/Validation section above and report data in an organized, clearly comprehensible format. At installation of new equipment, the Contractor shall provide thephysical installation of the equipment. Installation shall include, at a minimum, uncrating an/or unpacking of all equipment, hardware set-up and hook-up of the system, removal of trash, and documentation that the analyzer(s) is functioning within the correct specifications. Training. The Contractor shall provide an instrument training program that is coordinated with and timely to the equipment installation, sufficient to the size and scope of the facility s services and minimally equivalent to the terms and conditions for training defined in the Contractor s Federal Supply Schedule FSC Group 66, Part III, Cost-Per-Test Clinical Laboratory Analyzers contract. This shall include training on the operation of the system, data manipulation, and basic trouble shooting and repair. Thereafter, the Contractor shall provide training for minimally one operator per analyzer per year at the discretion of the Government for each model of instrumentation placed. Utilization of the training slots shall be mutually agreed upon between the VA and the Contractor. Basic operator training shall be provided by the Contractor on-site for all operators on all shifts. The Contractor shall provide all education/training on site during installations or update to the equipment. The training is to include staff on all shifts. Training shall include basic operation, quality control, interpretation of results, reporting of results, required user performed maintenance, and troubleshooting. The Contractor or Application Specialist shall provide a documented record of training (training checklist) completed for all trained staff before leaving site following installation at the facility. The Contractor shall provide on-site refresher instrument training, wet workshops, advanced troubleshooting, or any appropriate training in renewal option years of the contract if so, exercised at no cost to the facility. The Contractor shall supply all necessary procedure manuals, troubleshooting manuals, operator manuals, and Safety ...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6f24d8b03f0e4cb1a49d6c143b5c908c/view)
- Record
- SN06921584-F 20231228/231226230043 (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 |