Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2025 SAM #8791
SOLICITATION NOTICE

71 -- VABHS OM Furniture Package - Police Renovation (VA-26-00024504)

Notice Date
12/19/2025 1:29:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24126Q0114
 
Response Due
1/8/2026 9:00:00 AM
 
Archive Date
03/09/2026
 
Point of Contact
Molly Greening, Contract Specialist, Phone: 413-584-4040 X6413
 
E-Mail Address
Molly.Greening@va.gov
(Molly.Greening@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
VA Boston Healthcare System Interior Design Brockton Campus Police Service Furnishings Page | 10 Performance Work Statement Police Services Furnishings Project #523A5-19-003 Transaction # 523-26-1-9925-0002 VA Boston Healthcare System 940 Belmont Street Building 25 - First Floor B Side Brockton, MA 02301 CONTENTS Justification Scope of Work Bid Requirements Furniture Requirements Other Considerations for Performance Contractor Requirements Place of Performance Period of Performance Payment Schedule Non-personal Services Statement Appendix (Drawings) JUSTIFICATION: The VA Boston Healthcare System s Brockton Campus Police need furnishings that will allow for the activation of their newly renovated space in building 25. The items listed herein will provide privacy throughout the new space to prevent sensitive information from being seen and/or overheard. New semi-custom lockers are required for boot storage, seating and to store individuals Police gear. The artwork listed will aid in de- escalation and provide a calming environment within the holding room. The dual solar shades will allow for visual privacy, control of solar glare and aid in energy efficiency by blocking cold from entering in cold months and heat in summer months. SCOPE OF WORK: The selected contractor shall be required to furnish, deliver, and install new dual solar shades, decorative acoustic panels, behavioral health artwork, semi-custom lockers and an integrated sound masking system to the first floor of Building 25, B side at VA Boston Healthcare Systems, Brockton campus. The timeframe for delivery receipt shall be no later than 14 weeks following award of contract, with coordination of specific dates mutually agreed upon by the VA Boston Healthcare System Engineering Department and the selected contractor. The vendor shall field verify the space before placing a final order. The vendor responding to the solicitation shall provide the required furnishings as noted on the attached drawing, described in the performance-based technical specification, and described here within. The attached technical based specification describes the minimal materials, construction, and technical requirements. BID REQUIREMENTS: All bids shall be formatted appropriately as shown below to ensure a consistent basis for comparison: Line Item Description Quantity Cost Extended (Item 1) (Guest Chairs (5) ($100) ($500) Pieces Parts Fabric @ $60/yd. Etc.) Cost of item (as defined below, i.e. DIRTT Demountable Wall Partition Assembly ) shall be wholly inclusive of all required components. DO NOT break out costs for any parts, pieces, or COMs in either the cost or extended cost columns. Comprehensive freight, installation, and any associated project management fees to be indicated as a single final line-item amount. All Or Equal product bids must include a comprehensive technical package for review. The technical package shall include 2D and 3D drawings of the line items, cut sheets or other documentation supporting the item meets or exceeds all the indicated required characteristics. FURNITURE REQUIREMENTS: Reference Appendix A Drawing ID1.5 Furniture & Equip Plan Police Reno Furniture Qty. 1 Acoustic Panel Wall Treatments Brand name or equal ITEM 3: Carnegie Fabrics Xorel Artform (as shown below) Instant Artform New Wave (M) Panel Type: Quiet Core 162 Square Feet Colors: Meteor 751, Deco Embroider 817, Spire 17, Dash 37, Meteor 768 & Meteor 769 Note: Install as per manufacturers recommended install instructions on concrete block walls Or equal Salient Characteristics: Panel fabric must be able to withstand 10:1 bleach cleaning solution Panels must have an NRC rating of .70 or greater Panels must be offered in a variety of shapes, sizes and 350 color ways of fabrics Panels must be trackable and self-healing Verify site condition panels for proper mounting type Qty. 1 Large Behavioral Health Art - Brand name or equal PETG Sheet or Lexan Includes: Pick-proof caulk for tamper resistance Dimensions: 10 -0 w x 4 -0 H Image: Artwork image to be high resolution color photographic print. Art genre to be of nature and calming. Images to be submitted to Brockton VA for approval prior to fabrication. Art images for reference can be seen below. Or equal Salient Characteristics: Caulk and adhesive to be low-VOC Round Lexan/PETG corners No visible fasteners NFPA compliant Qty. 1 Integrated Sound Masking System Cambridge Biamp Qt Acoustic Multi-Zoned Sound Masking System Speech Privacy Solution for open office area Speakers: 28 Recessed Emitters with ceiling plate & brushed aluminum housing (for SACT) Include: Control modules, sound masking generator, recessed emitters, 10 individual room controllers, engineered drawings for approval, project management, delivery, freight, and installation. Housing Finish: White Or Equal Salient Characteristics: Sound Masking System Technical Specifications Requirements and configurations shall be in accordance with the Cambridge/Biamp data sheets. Components and hardware shall be provided by a single manufacturer and shall be a standard commercial product. Although such work is not specifically indicated, furnish, and install all supplementary or miscellaneous items, appurtenances, and devices incidental to, or necessary for sound, secure and complete installation. Sound Masking System General Requirements are as follows: 120 VAC connectivity for the system specified within. Sound masking system shall comply with all applicable electrical codes. Manufacturer shall certify that the system is UL 1069 listed Note: Vendor shall provide hard copy data sheets and technical information on the substituted products. Data sheets shall include picture or rendering, make and exact model number, description, cut sheet, price list, and technical information on why substituted item meets SOW requirements. Technical data shall be provided within 10 days of bid submission. Failure to provide all information and samples will be considered an incomplete bid package. Installation All materials, labor, and equipment needed for a turn-key installation shall be installed by a factory approved installer. Authorized Distributor for product supplied. Authorized Distributor Letter from manufacturer required upon request of specifying authority. Applicable state licenses. Copy available upon request. Certificate of successful completion of manufacturer s installation/training school for installing technicians of the equipment being proposed. Letter from manufacturer stating technician qualifications on request. Certificate of completion of certifications (i.e. Cisco or Microsoft). Copy available upon request. Existing walls, hard cap ceilings, ceiling suspension systems, or floors shall not be altered or damaged in any way. System is to be stand alone and is not to be connected to any VA device. Controls are to be located within each office space and will allow for their emitter to be turned off or down as needed. Warranty The supplying contractor shall provide a warranty on the system which shall include all necessary labor and equipment to maintain the system(s) in full operation for a period of 1 year from the date of acceptance. In addition, the equipment (parts) warranty for all core system components including control / switching equipment, power supplies, transformers, speakers, and consoles shall extend to a total of at least five (5) years. 4. System hardware and firmware shall be the product of a single, reputable manufacturer with a proven history of product reliability and sole control over all source code. System configuration programming changes shall not require any exchange of parts. Execution Only factory-certified installers shall install and service the specified system. Manufacturer shall have the equipment manufacturer s engineers, or their designated agents inspect the installation and operation of this system to determine that the system complies with all listed standards. TRAINING Contractor to provide thorough training of all staff assigned to operate the sound- masking system equipment. This training will be developed and implemented to address different types of staff. WIRING Contractor shall terminate all wiring with manufacturer approved connectors. The use of wire nuts is prohibited. All wiring shall be free from shorts and faults. Wiring shall be UL listed, NEC and NFPA 70, Article 25 approved. Wiring shall not be run in the same conduit with other systems (i.e. Class 1 AC power distribution, fire alarm, entertainment systems, lighting controls, etc.). ELECTRICAL POWER CONNECTIONS It shall be the responsibility of the VA to provide a dedicated 120 VAC, 60 HZ conduit feed into the equipment cabinet. This power feed shall not have any other devices connected directly to it. A 20 AMP circuit breaker located in the electrical sub-panel labeled sound masking will control this circuit. ENVIRONMENTAL PROTECTION Make certain that all network control equipment is accessible for service. Contractor shall notify specifying authority if designated equipment closet does not meet manufacturer s requirements for heat, radiation or static electricity. PROTECTION OF NETWORK DEVICES Contractors shall protect network devices during unpacking and installation by wearing manufacturer approved ESD wrist straps tied to chassis ground. The wrist strap shall meet OSHA requirements for prevention of electrical shock, should technician encounter high voltage. Qty. 23 Dual Solar Window Shades Dimensions: 54 high x 48 wide +/- ; Note, some widths and heights may vary Manufacturer: Draper Flex or approved equal Type: Dual shade with fascia Operator: Clutch Mechanism with continuous metal chain loop Back Roller Shade Fabric: SB9000 Series, Room Darkening in oyster Front Sheer Roller Shade Fabric: ATF2900 Series, 5% Open Weave in oyster/beige Fascia: Ivory (provide end caps if shades require outside mount) Mount: Preferred Inside Include: Window cleat for loop chains and single fascia for windows that are mulled together (96 wide +/-) BRAND NAME OR EQUAL SALIENT CHARACTERISTICS Or equal products must include manufacturer s product brochure including specification information. SHADE PERFORMANCE REQUIREMENTS Fire: Provide shade fabrics tested in accordance with the following: 1989 NFPA 701 small scale vertical burn test and rated Pass . 1996 NFPA 701 small scale vertical burn (telephone booth test) and rated Pass . Toxicity: Provide shade fabrics tested in accordance with University of Pittsburgh toxicity protocol including LC50 analysis and toxicity characteristics. Anti-microbial: ASTM G-21-80 results for ATCC6538 (staphylococcus aureus) and ATCC13388 (pseudomonas aeruginosa) indicating minimum 5mm (0.197 inches) No growth contact area . No Growth ASTM G-21-85 results for fungi ATCC9642, ATCC9644, ATCC9348 and ATCC9645 indicating No Growth . Qty. 31 Personal Storage Locker with Built-In Bench & Boot Storage Space Saver by KI Freestyle Personal Storage Lockers Dimensions: 4 @ 18 w x 18 deep Upper Locker x 66 H + Sloped Top 27 @ 15 w x 18 deep upper locker x 66 H + sloped Top Finish: PC Light Beige w/natural wood fixed bench as shown below Include: Fixed bench over boot locker, top full width louvered adjustable shelf, 3 Hook Adjustable Bracket kit, hanger-bar assembly kit, ventilation sliding rack for boot locker, enclosed bases, filler strips, magnetic mirrors and molded rubber boot tray for boot locker BRAND NAME OR EQUAL SALIENT CHARACTERISTICS Lockers shall feature 18-guage steel double-wall, welded box construction doors to withstand years of aggressive usage. Lockers shall include an 18 h fixed bench over boot lockers All lockers shall offer no lock and offer a hasp only for individual padlock to be utilized. Shall include field installed filler panels on right and left of locker bank. Finishes: Fabricated Metal Components and Assemblies Vendor shall submit manufacturer's product literature and installation instructions for each type of welded metal locker required. Include data substantiating that products to be furnished and comply with requirements of the contract documents. Vendor shall provide shop drawings: showing fabrication, assembly, and installation details, including descriptions of procedures and diagrams. Shall include the complete locker installation layout, including quantities, locations and types of accessory units required. Include notations and descriptions of all installation items and components. Vendor shall provide samples of minimum 3 inches example of each color and texture on actual substrate for each component to remain exposed after installation. Lockers will provide bench housing for built-in bench. Trim and Fillers: Provide manufacturer s standard. Lockers shall include a Continuous Sloped Top. Lockers shall include a Paint Finish: Textured (Standard) Provide factory applied electrostatic powder coat paint. OTHER CONSIDERATIONS FOR PROPOSAL Dealer shall have in-house services available including interior design, sales, installation, and warehousing capability. Dealer/manufacturer shall have the ability to train and demonstrate to owner facilities and maintenance staff how to adjust, operate and maintain demountable partitions. Dealer/Manufacturer shall have the following professional associations: Efficient Data Centers 7x24 Exchange AFCOM BICSI Lead-time is a critical factor. Bidders shall present their best lead-time to design, manufacture, ship, and install furniture. If bidder is not the manufacturer of all major components, such as core, surfaces, modular walls, and lift solutions, then the bidder shall specify which manufacturer is being used and include their reference information and experience to determine qualified status. CONTRACTOR REQUIREMENTS The contractor shall perform all work under this contract in strict accordance with all safety codes to eliminate the possibility of damage or injury to patients, personnel and equipment or building structures. Delivery, Assembly, Installation and Storage The contractor shall not be alone in the designated installation space and shall be always escorted by an employee, A VA. Point of Contact (POC) for delivery and installation is Neel Patel (774)273-5388. Track all orders to ensure timely delivery and communication issues to COR. The contractor shall be contacted by the POC at least two weeks prior to date that services are to begin. Pick-up, delivery and installation services are expected to be performed per future information. The contractor shall coordinate delivery times with the POC to confirm that the building is ready for delivery of furnishings. Once confirmation is received; the contractor shall provide the POC with a minimum of 72 hours notification as to date and time that the trucks and crews will be arriving. In the event there is a delay in installation, the contractor shall notify the Government POC immediately. Furniture delivery not to interfere with the operation of the facility. The contractor shall coordinate the work of the project with the COR to ensure minimal disruption of the Medical Center operations. Foreman shall be available to supervise all installation. Furniture layout and shop drawings will be provided before award; the contractor shall place items in building as identified in the furniture layout. Final furniture layout shall be determined by COR. Furniture layout shall meet the requirements and design intent of ABA, NFPA, OSHA, BIFMA, CAL 117, VA, for all accessibility, life safety, occupational safety, VA, and federal requirements for a business All products shall be installed by manufacturer certified installers with experience working in healthcare environments. The contractor shall uncrate all items received and perform all required assembly in accordance with the manufacturers instructions. All uncrated materials shall be removed from VA property by the contractor. If the contractor is unable to complete the assembly and placement of all unloaded items before the end of the workday, the contractor shall be responsible for moving these items to a secure location, until the next available workday. The contractor shall be responsible for moving the items from the overnight storage site to its designated position in the building. The contractor shall coordinate with the POC as to where any excess items are to be stored. The contractor shall be responsible for delivery of excess items to storage area(s) designated by the POC. Post-installation walk-through shall be required by manufacturer s Regional Installation Manager and Senior Account Manager to ascertain full compliance with the floor plan, console design, and materials specified. Any Inconsistencies will be noted and shall be scheduled for completion prior to signing off the project. Repair or replace damaged products at the discretion of COR. Product Documentation Vendor shall provide furniture cut sheets, warranty and delivery schedule. Vendor shall provide O&M manual including warranty, care, and manufacturer contact information to COR at completion of project. Record Management Statement The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information Sustainability Statement Awarded vendor is required to provide a report of items purchased by requesting VA Boston Healthcare System once purchase orders are acknowledged at the end of the quarter. This report should include any previous requests awarded to you for this same station location that may have been acknowledged. Report must answer the questions below and is requested within 30 days of the end of the VA s fiscal quarter. What VA Site is this for? Were the items partially or fully blanket wrapped or in environmentally friendly packaging? (Y/N) Were 10% or more of the materials for the product sourced within 500 miles from the manufacturing facility? (Y/N) What was the dollar amount of the recycled content purchased? $ What was the dollar amount of biobased product purchased? $ Did the products purchased contain 100 parts per million (ppm) or less of the following chemicals? Urea formaldehyde (Y/N) Heavy metals including mercury, cadmium, lead, antimony (Y/N) Hexavalent chromim in plated finishes consistent with the Restriction of the Use of (Y/N) Certain Hazardous Substances of the European Union Directive (EU RoHS) (Y/N) Stain and non-stick treatments derived from Perfluorinated Compounds (PFCs), including Perfluorooctanoic Acid (PFOA) (Y/N) Added antimicrobial treatments (Y/N) Polyvinyl Chloride (PVC) (Y/N) What was the dollar amount of biodegradable or recyclable materials at end of life product purchased? $ What was the dollar amount of rapidly renewable materials in product purchased? $ What was the dollar amount of products that were Greenguard, SCS, or Level certified? $ Were any products returned to you to be recycled? (Y/N) If yes, was a credit towards the purchase received? (Y/N) Protection of Property The contractor shall protect all items from damage. The contractor shall take precautions against damage to the buildings, grounds and furnishings. The contractor shall repair or replace any items related to buildings or ground damaged accidentally, or on purpose due to actions by the contractor, utilizing materials of the same quality, size, grade and color, to match existing work. The contractor shall perform an inspection of the buildings and grounds with the POC prior to commencing work. To ensure the contractor shall be able to repair or replace any items, components, buildings or grounds damaged due to negligence and/or actions taken by the contractor. The source of all repairs beyond simple surface cleaning shall be the responsibility of the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence of the POC is required before the contractor or anyone other than the facility construction contractor (or its subcontractors) may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade and color to match adjacent existing work. The contractor shall be responsible for security of the areas in which the work is being performed prior to completion and transfer to the Government. The contractor shall maintain accountability and control of any keys provided and shall return them to the POC upon completion of the work. Material handling equipment shall have rubber wheels. Ensure that adjoining work is not damaged by installation of this work. Provide temporary protection as required and repair all damage to such work. Clean-up The contractor shall be responsible for the removal and disposal of all trash connected with uncrating and assembling furniture and other items installed under this contract. Final acceptance from the contractor shall not occur until all trash connected with furniture installation is removed from the site. Recyclable cardboard products shall be disposed of in accordance with applicable statutes, in respective containers. Packing materials shall not be stored in the buildings for any period exceeding 24 hours. Personal trash (food wrappers, drink containers, etc.) shall be removed from the site daily by the contractor. Immediately after installation and adjustment, clean all surfaces to remove all marks, soil, and foreign matter. Just prior to substantial completion, recheck all components and perform all required additional cleaning. Installer Qualifications Furnish proof of familiarity with equipment to be installed. Provide list of at least three previous projects, giving names of projects, scope, and name and telephone number of individuals at facility to contact. Furnish proof of financial and technical resources to assure prompt performance in delivery and installation and in-service training of hospital personnel. Provide competent supervision and installation personnel. Conformance Standards Contractors provide installation service and ensure that the equipment functions in accordance with the equipment manufacturer s technical performance specifications. Contractors shall conform to all regulations to include but not be limited to federal, state and local governing any chemicals, equipment or work which may be used or performed in the work under this contract Certified Trained Technicians & Key Personnel The installation and testing shall be performed by vendor trained personnel in accordance with the agreement. In addition, each report must, at a minimum, document the following data legibly and in complete detail. Name of contractor and contract number. Name of FSE who performed services. Contractor service ESR number/log number. Date, time (starting and ending), equipment downtime and hours on-site for service call. Identification of equipment to be serviced: Inventory ID number, Manufacturer's name, Device name, Model number, Serial number, Any other manufacturer's identification numbers. Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers), Materials and Circuit Location of problem/corrective action. Signatures: FSE performing services described Authorized VA Employee who witnessed service described. NOTE: - Any additional charges claimed must be approved by the COR or designated representative before service is completed. Reporting Requirements The Contractor shall be required to report to the Police Office to check in. This check- in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to check out with Engineering and submit the ESR(s) to the COR or designated representative. ALL ESRs shall be submitted to the equipment user for an ""acceptance signature"" and to the COR or designated representative for an ""authorization signature"". If COR or designated representative is unavailable, and a signed, authorized copy of the ESR will be left with the user. Identification, Parking, Smoking & VA Regulations The Contractor's FSE's shall always wear visible identification while on the premises of the VAMC. The Contractor shall park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any building at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court Security Requirements All contractor personnel shall obtain a short-term identification badge issued by the COR or government designated representative. Such badges shall be worn by the individual and prominently always displayed while on VA Property. No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. To obtain a short-term identification badge, contractor personnel shall present to the COR a valid (non-expired) photo identification issued by a US federal, state or local government agency. Source Quality Control Systems furniture manufacturers shall have minimum 5 years of continuous experience in manufacture of all systems components and accessories. Manufacturers shall furnish proof of successful completion of at least three projects of similar scope within that time; furnish names of projects, scope, and name and telephone number of individuals at facility to contact. Furnish proof of financial and technical resources to assure prompt performance in Production and delivery, shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in standard acquisition guidelines. Per the VA handbook 6500.6, no VA sensitive information will be transferred, shared, or stored with said vendor. As such, no additional mechanisms will be needed to ensure the protection of information. PLACE OF PERFORMANCE The contractor shall coordinate delivery and installation of furnishings at the VA Medical Center, Brockton Campus, Building 25, First Floor B side. Work to be performed from 8:00am to 4:30 PM, Monday Friday. Loading dock can be made available with appropriate advance notice and coordination. PERIOD OF PERFORMANCE The vendor is on notice that time is of the essence in the performance of this contract. The timeframe for delivery receipt shall be no later than 14 weeks after the award of contract, with coordination of specific dates mutually agreed upon by VA Boston Healthcare System Brockton Campus and the selected contractor. Vendor supplied storage for up to 60 days may be required. PAYMENT SCHEDULE The contractor shall bill on completion and acceptance of the work. Invoices will be paid upon the completion andacceptance of the procured equipment. Invoices shall include at a minimum, the following information: Contract Number, Purchase Order/Task Order Number, Contractor Name, and Item(s) installed. Additional Charges There shall be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. NON-PERSONAL SERVICES STATEMENT The contractor employees performing services under this order shall be controlled and always supervised by management personnel of the contractor. The contractor s management shall ensure that employees properly comply with the performance standards outlined in this PWS. The contractor s employees shall perform their duties independent of, and with occasional supervision of VA COR. The tasks, duties, and responsibilities set forth in the PWS may not be interpreted or implemented in any manner that results in any contractor creating or modifying Federal policy, obligating the appropriate funds for the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating contracting regulations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/149fd43c107d4ea3845ec4b8c00e8c55/view)
 
Place of Performance
Address: Boston Healthcare System VAMC Brockton Police 940 Belmont St, Building 25 1st Fl - B-side, Brockton 02301, USA
Zip Code: 02301
Country: USA
 
Record
SN07671638-F 20251221/251219230035 (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.