Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SOLICITATION NOTICE

J -- UPS Preventive Maintenance for Bedford VA Medical Center

Notice Date
12/17/2025 9:54:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24126Q0136
 
Response Due
12/29/2025 1:00:00 PM
 
Archive Date
02/27/2026
 
Point of Contact
Juliette Buchanan, Contract Specialist, Phone: 401-273-7100
 
E-Mail Address
juliette.buchanan@va.gov
(juliette.buchanan@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
*= Required Field 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 2025-06. This solicitation is set-aside for SDVOSBs. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210, with a small business size standard of $34.0 million. The FSC/PSC is J061. The Bedford VA Medical center located at 200 Springs Rd in Bedford, MA 01730 is seeking to purchase services for Uninterruptible Power Supply (UPS) Preventive maintenance. The following units and locations are: Location: Bldg. 61 Room 137 UPS 1: Manufacturer: APC Model: Symmetra SYMSTRF Serial # CA0324110569 Manufactured: 6/1/2003 Corresponding VRLA Battery: Manufacturer: CSB Model:UPS12460F2FR Manufactured: 8/13/2020 UPS 2: Manufacturer: APC Model: Symmetra SYMSTRF Serial # ED9823076441 Manufactured: 5/1/2016 Corresponding VRLA Battery-battery packs Manufacturer: Interstate Model: SLA1079 Manufactured: 8/31/2022 Location: Bldg 3 Room 107 UPS Manufacturer: APC Model: Symmetra PX Serial # PD0535338629 Manufactured:3/16/2005 Corresponding VRLA Battery Manufacturer: CSB Model: GP 1272 F2 Manufactured: 6/7/2020 STATEMENT OF WORK SCOPE OF THE WORK 1.PROJECT DATA: TITLE: UPS Preventive maintenance BUILDING/FACILITY: Edith Nourse Rogers Memorial Veterans Hospital JOB ORDER CONTRACT NUMBER: TBA PROJECT NO: 518-26-501 CONTRACTOR: TBA PROJECT TYPE: Service OBJECTIVE: Provide (2) preventive maintenance for each contract year in Building 3 and Building 61 server room UPS system. Two services shall be six months apart from each other. (1) one semi-annual preventive maintenance service (1) one annual preventive maintenance service Provide emergency services within a 24-hour period or sooner including travel, labor, parts, 24 hours technical For the UPS system located in Building # 61 and building #3 Building 3: Service and support UPS units: model Symmetra PX, PDU unit and extended Battery cabinets and all associated systems with the UPS. Building 61: Service and support (2) two UPS units and batteries with its associated batteries and cabinets: model SYMSTRF Past service reports can be provided upon request to verify the equipment details. SCOPE: SEMI -ANNUAL SERVICE Perform a complete visual inspection of all internal sub-assemblies, wiring harnesses, contactors, cables, and major components Check for proper clearance around the unit Perform temperature checks on all breakers, connections, and associated controls. Report and note down all high temperature areas in the report. Check air filters for cleanliness; clean or replace where applicable Check module(s) for the following, as applicable: Rectifier and inverter snubber circuit board discoloration Power capacitors for swelling or leakage Capacitor vent caps extruded more than 1 /8"" Fans for proper operation Lubricate and check bearings for abnormal condition, as applicable, where possible Record all meter readings and calibrate as necessary, where possible Measure and record phase-to-phase input, output, bypass and battery voltage. and currents, where possible: Review alarm log/history for any irregular activity, where possible Verify remote status panel operation Measure and record harmonic trap filter currents, where possible Review system performance with customer to address any questions and to schedule any repairs Implement manufacturer field change notices, as possible Perform functional system test upon customer approval Provide inspection report, with recommendations, to Customer within 7 to 10 business days. Visual and Mechanical Inspection/Verification to include but not limited to: UPS is online with no alarms Cover on EPO switch Damaged Components or cables Hardware and connections Unit Cleanliness, vacuumed, clean exterior, proper ventilation Fans normal operation SNMP card Room Temperature confirmation Verify all alarms Work Space clear Proper Ventilation MBP labeled correctly Transfer to static bypass Transfer from static bypass to Normal Transfer to MDP (when applicable) Input and output Voltage waveforms Input and output Current Waveforms Annual Service Consists of all steps included with Semi-Annual Service, plus: Check the inverter and rectifier snubbers for discoloration or damaged wiring Check all contacts to ensure secure connections Verify all connections show no signs of discoloration Check fuses on the DC capacitor deck for continuity, as applicable Clean interior and exterior of unit With customer approval, perform operational test of the system including unit transfer and battery discharge Measure and calibrate, as necessary, where possible, all electronics to system Specifications Measure and record all low-voltage power supply levels DETAILED REQUIREMENTS: Proposal shall be for base year and (4) four additional option years. Provide (1) one annual and (1) Bi-annual preventive maintenance visits. Annual and bi-annual visits shall have separate cost line item. Provide separate cost line items for 24-hour technical support for the uninterrupted power supply (UPS) system located in Building 3 and Building 61, in accordance with the statement of work. This shall be a separate line item. Provide 50 Hours of onsite services for this line item. Provide separate cost line item for parts, repairs, and batteries replacement, The contractor shall provide parts, repairs and batteries as needed. The contractor shall provide a copy of supplier quotes with each proposal. The contractor shall carry a $20,000 cost for this line item. The pricing/quote for parts replacement shall be sent to the COR and the CO at the time of need, in accordance with the labor rates provided below, and all work shall be preapproved by the COR and the CO. Emergency service requests shall be addressed within 8 hours or sooner for UPS system located in Building 3 and Building 61. Contractor shall provide Emergency Services rates during bid proposal: 1. Labor Rates: i. Emergency labor hourly rate for normal business hours $ ii. Emergency labor hourly rate for after hours and weekends $ iii. Emergency labor hourly rate for Holidays - $ 2. Parts Discount (if applicable): General Requirement: Contractor shall meet all VA requirements per original scope of work. All work, material and workmanship to be furnished shall conform to all applicable local and national standards, VA SOPs, industry recommended practices and safety codes, to the requirements and test procedures of the Massachusetts state building code. The VA shall be notified of any changes before work is started. Contractor to obtain all notifications and approvals required before starting work such as ILSM and ICRA and obtain approvals upon completion as required. If necessary, any shutdown of utilities shall not take place until notification and approval has taken place with the end user and the Engineering Shop Main Supervisor and Trade Supervisor, and written approval is received from the COR. If utilities are damaged, Contractor, at their own expense, shall immediately restore to service and repair any damage caused by Contractor's workmen; to existing building, piping and conduits, wires, cables, etc., of utility services or of fire protection systems and communications systems (including telephone) which are not scheduled for discontinuance or abandonment. The Contractor shall thoroughly review the documents and site conditions and notify the VA of any discrepancies there-in or with the documents or/and existing conditions. Notification of discrepancies or construction complexities that may impact construction, cost or aesthetics is to be made before an agreement is made on costs. It is the obligation of the contractor to verify existing conditions including overall dimensions, centerline of fixtures, material, equipment, fixture, hardware type, sizes, and number to be used. All preventive maintenance means, methods, sequences, scheduling, procedures, and safety precautions are the responsibility of the contractor/builder. It is understood that adequate numbers of skilled workmen, who are thoroughly familiar with the methods necessary for execution of work shall be employed. Contractor shall provide and is solely responsible for public and employee protection as necessary and required by the codes, ordinances and regulations of governmental agencies having jurisdiction at the project site. Employees of General Contractor and their subcontractors shall comply with all VA security management programs and direction of the VA police. The employees will report to the Engineering Department with government issued picture identification and receive a badge for the duration of their time working at the VA. The employees will be restricted to buildings and areas required for their work and will refrain from entering other areas and restricted access spaces. They shall not enter the project site without appropriate badges. They may also be subject to inspection of their personal effects when entering or leaving the site. Any incidents including but not limited to unplanned disruption of utilities, flooding or on-site work accidents shall be reported to the COR as soon as possible. No photography of VA premises, residents, patients or staff is allowed without permission of the Contracting Officer or COR. Contractors and subcontractors to comply with VA requirements for site/work rules, work time, dumpster and equipment use, location and storage. Location of all storage, equipment and supplies shall be reviewed and approved by the COR. Contractor shall legally dispose of all work debris and waste. Use of common areas in order to get to work area from the exterior shall be coordinated with the COR for approval. The safety and protection plan shall be reviewed with the COR. Provide the maximum protection of surfaces to the extent possible with the understanding that protection may need to be installed and removed as needed and on a daily basis as required by the COR. Protect areas at all times in accordance with Interim Life Safety Measures and Infection Control Risk Assessment. These forms shall be filled out and provided to the Safety Department & COR and posted on site. All Contractor vehicles shall be parked in a designated parking space or construction yard. Activity shall be limited and allow for the continued and safe ongoing operations of the medical center. Contractor to provide products as specified with manufacturers named when noted. Pricing shall be based on specified item. Substitutions can be offered as a deduct alternate if it provides a cost savings. Contractor must obtain written approval for substitution. The Medical Center is a 24/7 facility with multiple end users. The Contractor is required to work directly with the COR in Engineering. Any changes in the schedule or coordination required with the end user shall be facilitated by the COR. Contractors and their subs shall work with the COR and end user main point of contact only. Details within the framework may be discussed directly with the end user point of contact with prior understanding of the COR. COR must be copied on all correspondences. Requests for information (RFI) must be submitted in writing to the VA. Change orders shall be presented to the VA for review and approval. No work shall take place before prior written approval. Contractor/sub-contractors shall warrant work performed for a period of one year from the date of final acceptance, including parts replacement. At final completion of the work, the Contractor shall review the work with the COR and both parties shall sign off in agreement on the completed APPLICABLE DOCUMENTS (Attached) END OF SCOPE OF WORK The purchase order/contract period of performance is 1 year. Place of Performance/Place of Delivery Address: Edith Nourse Rogers Memorial Veterans Hospital 200 Springs Rd Bedford, MA Postal Code: 01730 Country: UNITED STATES The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services 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://sam.gov/ 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. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1)� Insert the provision at� 52.212-2, Evaluation-Commercial Products� and� Commercial Services, in� solicitations� for� commercial products� or� commercial services� (see� 12.602); or (2)� Include a similar provision containing all evaluation factors required by� 13.106,� subpart� 14.2� or� subpart� 15.3, as an addendum (see� 12.302(d)).] 52.225-2 Buy American Certificate.(OCT 2022) As prescribed in 25.1101(a)(2), insert the following provision: (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, ""domestic end product,"" ""end product,"" and ""foreign end product"" are defined in the clause of this solicitation entitled ""Buy American-Supplies."" (b)Foreign End Products: (c)� Domestic� end products� containing a critical� component: Line Item� No.� ___ (d)� The Government will evaluate� offers� in accordance with the policies and procedures of� part� 25� of the Federal� Acquisition� Regulation. (End of provision) As prescribed in 852.102(a), insert the following provision: Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (End of provision) 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION) As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate: (iii) The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: Printed Title of Signee: Signature: Date: Company Name and Address: (End of clause) Parent topic:� Subpart 852.2 - Text of Provisions and Clauses 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far. The following contract clauses apply to this acquisition: 52.204-7 System for Award Management Registration (DEVIATION NOV 2025). 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (DEVIATION NOV 2025). 52.219-14 Limitations on Subcontracting (OCT 2022). 52.219-33 Nonmanufacturer Rule (SEP 2021). 52.233-3 Protest after Award (DEVIATION NOV 2025). 52.233-4 Applicable Law for Breach of Contract Claim (DEVIATION NOV 2025). 52.244-6 Subcontracts for Commercial Products and Commercial Services. (DEVIATION NOV 2025). 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (DEVIATION AUG 2025). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (OCT 2025). The following subparagraphs of FAR 52.212-5 are applicable: 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021). 52.204-14 Service Contract Reporting Requirements (Oct 2016). 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024). 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 (JUN 2020). 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020). 52.222-37 Employment Reports on Veterans (Jun 2020). 52.222-50 Combating Trafficking in Persons (Oct 2025). 52.222-54 Employment Eligibility Verification (Jan 2025). 52.225-1 Buy American-Supplies (Oct 2022). 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021). 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct2018). 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). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014). 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2022). 52.203-13 Contractor Code of Business Ethics and Conduct (Nov 2021). 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023). 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017). 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021). 52.219-8 Utilization of Small Business Concerns (Jan 2025). SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can apply here: https://www.cep.fsc.va.gov/ All quoters shall submit the following: Attachment 1- Price Schedule Attachment 2 - Past Performance Worksheet All quotes shall be sent to the Contract Specialist, Juliette Buchanan 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 (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.� Past Performance: Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.� The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner.� Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Scope of Work). Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Scope of Work). 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. Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 24-December- 2025 by 4:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. Submission of your response shall be received not later than 29 December 2025 by 12pm. RFQ responses must be submitted via email to: juliette.buchanan@va.gov. Hand deliveries shall not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Juliette Buchanan Juliette.Buchanan@va.gov ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Annual preventive maintenance service for UPS systems located in Building # 61 and building #3 1 YR $________________ $_________________ 0002 Semi-annual preventive maintenance service for the UPS system located in Building # 61 and building #3 1 YR $________________ $_________________ 0003 24-hour technical support for the uninterrupted power supply (UPS) system located in Building 3 and Building 61, in accordance with the statement of work 1 YR $________________ $_________________ 0004 Parts, repairs, and batteries replacement. (The contractor shall provide parts, repairs and batteries as needed) 1 YR $________________ $_________________ 1001 UPS Preventative Maintenance Contract Contract Period: Option 1 1 YR $________________ $_________________ 2001 UPS Preventative Maintenance Contract Contract Period: Option 2 1 YR $________________ $_________________ 3001 UPS Preventative Maintenance Contract Contract Period: Option 3 1 YR $________________ $_________________ 4001 UPS Preventative Maintenance Contract Contract Period: Option 4 1 YR $________________ $_________________ GRAND TOTAL $_________________ PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: ATTACHMENT 2 PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors:
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/19834819f9734c01b9760169fecf3e64/view)
 
Place of Performance
Address: US Department of Veterans Affairs Bedford VA Medical Center 200 Springs RD, Bedford 01730, USA
Zip Code: 01730
Country: USA
 
Record
SN07668720-F 20251219/251217230034 (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.