SOLICITATION NOTICE
J -- Replacement and Installation of a new Grundfos CR32-7 Boiler Feed Pump at the West Los Angeles VA Medical Center, Greater Los Angeles VA Healthcare System
- Notice Date
- 12/18/2025 6:32:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26226Q0214
- Response Due
- 1/7/2026 2:00:00 PM
- Archive Date
- 02/06/2026
- Point of Contact
- Loan Dho, Contract Specialist
- E-Mail Address
-
loan.dho@va.gov
(loan.dho@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- 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, effective 10/01/2025. This solicitation is set aside for 100% for Service-Disabled Veteran Owned Small Business (SDVOSB). This is a firm fixed price contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220- Plumbing, Heating, and Air-Conditioning Contractors with a small business size standard of $19.0 Million. The FSC/PSC is J043 Maintenance, Repair, and Rebuilding of Equipment- Pumps and Compressors. Wage Determination 2015-5613, Rev.31, Dated 12/03/2025 applies to this requirement. The Department of Veterans Affairs, Network Contracting 22, is seeking a contractor to provide replacement and installation of a new Grundfos CR32-7 boiler feed pump at the West Los Angeles VA Medical Center, Greater Los Angeles VA Healthcare System. Statement of Work (SOW) Contract Title: Replacement and Installation of Grundfos CR32-7 Boiler Feed Pump Background: VA Greater Los Angeles Healthcare System (VAGLAHS), West Los Angeles VA Medical Center requires replacement of Grundfos CR32-7 Boiler Feed Pump supporting the facilities boilers and auxiliary equipment operations. Scope: The Contractor shall provide required supplies, equipment, travel, labor, and personnel needed to complete the replacement and installation of new Grundfos CR32-7 Boiler Feed Pump located at the West Los Angeles VA Medical Center. The Grundfos CR32-7 boiler feed pump must be connected and fully operational with supporting facilities boilers and auxiliary equipment. Contractor shall perform work in strict accordance with specifications, statement of work, schedule, VA local, state, federal, and all other applicable regulations. Tasks: 4.1 Building 295 Contractor shall remove existing Boiler Feed Pump and replace with (1) new Grundfos CR32-7 (exact make and model required) Contractor shall provide and replace existing feed pump with Grundfos CR32-7 boiler feed pump (see pump specifications below). 230/460 Volts, 380/400 Volts 70/35 AMPs, 68/34 AMPs 18.7 KW 3520 RPMs, 2920 RPMs 30 HP Rating 40C, AMB- CONT Baring side 73 ODE 6309 Contractor shall complete turnkey. Contractor shall isolate all recirculating lines. Contractor shall ensure replacement boiler feed pump is connected and operating properly with facilities boilers and auxiliary equipment. Contractor shall ensure the motor winding rotate in the proper direction. Contractor shall perform lock out and tag out all necessary energy sources to perform tasks. The Program Point of Contact (PPOC) will confirm the procedures are being executed properly. Contractor shall unwire and reconnect all electrical applications. Contractor shall unbolt / re-bolt and remove complete pump with motor. Contractor shall install new (Spiral Talic / Flex Metallic) gaskets and wire motor in. Contractor shall remove locks and tags and test for proper operation and leaks. Contractor shall ensure that the boiler room and work area shall be left in clean and orderly condition. Contractor shall provide all labor parts and materials shall be provided by the vendor. General Requirements: All services shall be in accordance with manufacturer s recommendations. Contractors are responsible for all manpower and materials. Security Requirements: The C&A requirements do not apply, and Security Accreditation Package is not required. This service does not involve Contractor connection of one or more contractor-owned IT devices (such as laptop computer or remote connection from a contractor system) to a VA internal trusted (I.e., non-public network) therefore the Information Technology (IT) Security certification and accreditation (authorization) C&A) requirements do not apply per VA Handbook 6500.6. Program Point of Contact (PPOC): Name: Section: Address: Phone Number: Fax Number: E-Mail Address: Place of Performance: Department of Veterans Affairs Greater Los Angeles VA Healthcare System West Los Angeles VA Medical Center 11301 Wilshire Blvd., (Boiler Plant- Building 295) Los Angeles, CA 90073 Period of Performance: 90 days Work Hours: Contractor shall perform the following work at the VA Los Angeles Healthcare System during normal working hours (i.e., 07:00 a.m. 3:00 p.m.) during normal workday (M-F). Before commencement of work, the Contractor shall confer with the VA PPOC and Contracting Office to agree on a sequence of procedures; means of access to premises and building. Building 295 is a restricted access building and will require operator notification to gain entry. Work performed outside the normal hours of coverage must be approved by the VA PPOC or his/her designee. All time shall be approved in advance by the Program Point of Contact (PPOC). Allow 5-days for approval of any alternate working hours needed. Federal Holidays New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 If the holiday falls on a Sunday, the following Monday will be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Changes: Only those services specified herein are authorized, before performing any service of non-contract nature, the Contractor shall advise the Contracting Officer of the reasons for the additional work. Changes to the resulting contract are not authorized, unless in writing by the Contracting Officer. Identification, Check-in, Parking, and Smoking Regulations: Identification The vendor's employees shall wear visible identification at all times while on VAGLAHCS premises. Contractor employees shall report to VA Police upon entry to the VAGLAHCS facility to get a visitor badge. Contractor employees are required to be escorted by the COR or designee s office once on campus prior to commencement of work. During emergencies contractor personnel shall check in with VAGLAHCS Police if the VAGLAHCS PPOC or designee is not available. Parking It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. Smoking Veterans Health Administration (VHA) Directive 1085, dated March 5, 2019, provides a comprehensive smoke-free policy for patients, visitors, contractors, volunteers, and vendors, at the Department of Veterans Affairs (VA), Veterans Health Administration (VHA) health care facilities. This updated VHA directive implements a smoke-free policy for patients, visitors, contractors, volunteers, and vendors at VA health care facilities, as defined in this directive, based on scientific evidence regarding the adverse health effects of secondhand and thirdhand smoke exposures. The Assistant Deputy Under Secretary for Health for Administrative Operations (10NA) and the Assistant Deputy Under Secretary for Health for Clinical Operations (10NC) are responsible for the contents of this directive. Questions may be referred to VHA Smoke Free: vhasmokefree@va.gov. This VHA directive is scheduled for recertification on or before the last working day of March 2024. This VHA directive will continue to serve as national VHA policy until it is recertified or rescinded. Weapons and Contraband Possession of weapons or contraband is prohibited and shall be subject to arrest and termination from future performance under this contract. Enclosed containers, including tool kits, shall be subject to search. Violations of VAGLAHCS regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Safety All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VAGLAHCS shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Contractor Personnel: Contractor s Program Manager The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Contractor s Employees The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). Contractor Qualifications & Other Responsibilities: License Requirements: Contractor shall obtain all necessary licenses required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. The Government reserves the right to accept or reject Contractor s employee for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and PPOC with the final decision being made by the Contracting Officer. Invoicing: Payment of services rendered under this contract shall be made in arrears upon satisfactory completion of each service and receipt of a properly prepared invoice and submitted by the Contractor to the payment address specified by Contracting. Invoices shall reference the Contract Number and Purchase Order Number, Manifest Number(s), provide a complete and accurate description of services/ supplies delivered/ rendered, including dates of performance, amounts, unit prices, extended totals and any other data relevant for payment purposes. The Government shall not authorize payment until such time that the VAGLAHCS PPOC all properly executed and signed documentation. No advance payments shall be authorized. Payment shall be made on a monthly arrears for services provided during the billing month in arrears. Upon submission of a properly prepared invoice for prices stipulated in this contract for services delivered and accepted in accordance with the terms and conditions of the contract, less any deductions stipulated in this contract. Payment of invoices may be delayed if the appropriate invoices as specified in the contract are not completed and submitted as required delivered/ rendered, including dates of performance, amounts, unit prices, extended totals and any other data relevant for payment purposes. (End of Statement of Work) **Price/ Cost Schedule** Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Replacement and Installation of One (1) Grundfos CR 32-7 Boiler Feed Pump at the West Los Angeles VA Medical Center in accordance with the Statement of Work 1 JB 0002 Emergency Repairs, Costs in relation to findings from inspection 1 JB NSP $0.00 TOTAL COST: CLINS 0002 shall not be priced in offer. Emergency Repair CLINS can only be executed by the Contracting Officer through an approved modification request submitted by the facility program POC based off a quote provided by the Contractor to conduct the additional repairs. The estimated purchase order period of performance is 01/15/2026 04/15/2026 (90 days). The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1, Instructions to Offerors- Commercial Products and Commercial Services FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_1 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) FAR 52.204-7, System for Award Management Registration (NOV 2024) FAR 52.225-2, Buy American Certificate (OCT 2022) FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES . (SEP 2023) 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 and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (a) Submission of quotes. Submit signed and dated quotes to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, quotes shall include (1) The solicitation number and due date; (2) The name, address, telephone number, and size status of the Offeror; (3) The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; (4) Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation; (5) All required submittals listed under Additional Instructions; (6) Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and (7) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (c) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Offerors are responsible for submitting quotes and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2) Any quotes, modification, or revision received after the time specified for receipt of offers is late and will not be considered. However, a late modification of an otherwise successful quotes that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotes 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 amendment of the solicitation or other 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. (4) Offerors may withdraw their quotes by written notice to the Government received at any time before award. (d) Contract award. The Government intends to evaluate quotes and award a contract without discussions. Therefore, the Offeror s initial quote should contain the Offeror s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all quotes if such action is in the public interest, accept other than the lowest quote, and waive informalities and minor irregularities in quotes received. (e) Notification. The CO will not notify unsuccessful offerors that responded to this Request for Quotation (RFQ). ADDITIONAL INSTRUCTIONS Offerors should review this entire solicitation before submitting a quote to ensure that their quote meets all requirements. Failure to understand the contract requirements shall not relieve the successful Offeror from performing in accordance with the strict meaning and intent of the specifications. The following is incorporated into FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERICAL SERVICES: 1. Submitting your proposal: Submit your company s offer by responding to this Request for Quote (RFQ) via email to the Contract Specialist: Loan Dho at loan.dho@va.gov. 2. Inquiry Period: Questions should be submitted No Later Than December 29th, 2025, at 02:00 PM Pacific Standard Time (PST) to loan.dho@va.gov. All responses to questions will be posted via an amendment on SAM.gov on or about December 30th, 2025. 3. Submission Deadline: All offers are due No Later Than January 7th , 2026 at 02:00 PM PST and shall be submitted electronically to Contract Specialist, Loan Dho, at loan.dho@va.gov. Subject Line shall include: RESPONSE TO RFQ 36C26226Q0214 for consideration. The quoter is responsible for ensuring that the contract specialist has received the quote on or before deadline, and the government will not be responsible for delays or failures of either the contractor s email system or the Government s email system a) All Quoters must complete and provide each of the following: 1. Acknowledge of Amendments and signed copies of all amendments 2. Price offer by completing Price/Cost Schedule 3. Response to Special Standards of Responsibility listed below 4. Provision 52.212-3, Offerors Representations and Certifications- Commercial Products and Commercial Services completed as applicable 5. Completed and signed VAAR 852.219-75, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction. RESPONSE TO SPECIAL STANDARDS OF RESPONSIBILITY To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, quoters are asked to provide the following information with their quotes. Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for contract award. If the quoter intends to satisfy this requirement through use of a proposed subcontractor, Quoter must provide this information for each proposed subcontractor (or Quoter s) on Special Standards of Responsibility listed below. SP1: Specialized Experience. The quoter shall provide a narrative that describes its specialized experience providing replacement/ installation of a boiler feed pump and associated electrical components of this requirement. The narrative must include the following for the Quoter or Quoter s proposed subcontractor: i. The legal name of the entity with whom the Quoter or (Quoter s proposed subcontractor) held the contract. ii. Contract Number (if applicable) iii. Whether the contract was for a boiler feed pump replacement and/or installation. iv. A description providing the details of the specific tasks the Quoter (or Quoter s proposed subcontractor) performed under the contract. v. The dates during which the Quoter (or Quoter s proposed subcontractor) performed the contract. vi. The name, phone number, and email of a person at the entity with whom the Quoter (or Quoter s proposed subcontractor) held the contract who can verify the information the quoter provides in the narrative description of this factor. (End of provision) 2. FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (May 2024) Quoters 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. 3. FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) ADDENDUM TO 52.212-2, EVALUATION-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Evaluation of Quotes Basis for Award. This procurement is being conducted pursuant to FAR Part 13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible quoter whose offer, conforming to the solicitation, offers the lowest price, whose offered price does not exceed the amount of funding available for the procurement, and whose offered price is found to be reasonable. Price alone is the sole evaluation factor. In addition to the general standards of responsibility found at FAR § 9.104-1, in accordance with FAR § 9.104-2, the special standards of responsibility described below apply to this procurement. Quoters who fail to meet any special standard of responsibility will not be eligible to receive contract award. SP1: Specialized Experience. Personnel performing work under the contract shall have specialized experience performing replacement and installation of a boiler feed pump and associated electrical components as specified in this requirement. Evaluation Process: The following factors shall be used to evaluate quotations: Offers will be evaluated in the following manner. The lowest-priced offer will be identified. The lowest-priced offer will be evaluated to determine if the offered price exceeds the amount of funding available for the procurement. If the offered price does not exceed the amount of funding available for the procurement, the offered price will be evaluated to determine if it is reasonable. If the offered price is found to be reasonable, the quoter who submitted this offer will be identified as the successful quoter. The contracting officer will then determine if the successful quoter is responsible using the general standards of responsibility and the special standard of responsibility applicable to this procurement. If contract award cannot be made to the successful quoter, the contracting officer will evaluate the next lowest-priced offer following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all offers not acceptable and cancel the solicitation if the lowest-priced offer exceeds the amount of funding available for the procurement. (c) Award Without Discussions. The Government intends to evaluate offers and award a contract without discussions with quoters. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest. (End of Provision) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) ADDENDUM TO 52.212-4, Contract Terms and Conditions- Commercial Products and Commercial Services , applies to and is included with this acquisition. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_2 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-13, System for Award Management-Maintenance (OCT 2018) FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.219-14, Limitations on Subcontracting (OCT 2022) FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) (DEVIATION NOV 2025) FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) (DEVIATION NOV 2025) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (DEVIATION NOV 2025) FAR 52.223-2, Reporting of Biobased Products Under Service and Construction Contracts (MAY 2024) (DEVIATION NOV 2025) FAR 52.223-5, Pollution Prevention and Right-to-Know Information (MAY 2024) FAR 52.225-1, Buy American-Supplies (OCT 2022) (DEVIATION NOV 2025) FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.233-3, Protest after Award (AUG 1996) (DEVIATION NOV 2025) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (DEVIATION NOV 2025) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FAR 52.240-91, Security Prohibitions and Exclusions (DEVIATION NOV 2025) FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services (JAN 2025) (DEVIATION OCT 2025) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) (End of Addendum to FAR 52.212-4)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ffeef4c9d5ab4e8893255224328c4aa0/view)
- Place of Performance
- Address: Department of Veterans Affairs Greater Los Angeles VA Healthcare System West Los Angeles VA Medical Center 11301 Wilshire Blvd. (Boiler Plant- Building 295), Los Angeles 90073
- Zip Code: 90073
- Zip Code: 90073
- Record
- SN07670003-F 20251220/251218230039 (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 |